The RFP Database
New business relationships start here

Steam Generator


Virginia, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

1. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

2. Solicitation number is N32205-15-T-1216 and is being issued as a Request for Quotes (RFQ).


3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77, effective 14 Oct 2014


4. The associated NAICS code is 332410 and this procurement is not being set-aside for small businesses.


5. Military Sealift Command (MSC), Norfolk, VA intends to award a brand name sole source firm fixed price purchase order for USNS KANAWHA for the following Clayton Industries brand name materials. Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered.


CLIN 0001, P/N UH 32771, Kit Coil Replace, QTY 1 EA


CLIN 0002, P/N UN 28949, Band Assembly Clamp, QTY 2 EA


CLIN 0003, P/N UN 28956, Band Assembily, QTY 4 EA


CLIN 0004, P/N UH 28958, Band Assembily, QTY 2 EA


CLIN 0005, P/N UH 30570, Cover Assembily, QTY 1 EA


CLIN 0006, P/N UH 63870, Plate Sealing Thermocouple, QTY 1 EA


CLIN 0007, P/N UH 64261, Plate Patch Mtg Sep 154-354, QTY 1 EA


CLIN 0008, P/N UH 64310, Plate Patch Coil Disch, QTY 1EA


CLIN 0009, P/N UH 64315, Plate Sealing Coil Inlet, QTY 2 EA


CLIN 0010, P/N UH 64323, Nameplate Clayton Logo, QTY 1 EA


CLIN 0011, P/N UH 66711, Shell Outer Rear, QTY 1 EA


CLIN 0012, P/N UH 66713, Shell Outer Ext. Frt, QTY 1 EA


CLIN 0013, P/N UH 66734, Shell Outer Ext Rear, QTY 1EA


CLIN 0014, P/N UH 66821, Plate Patch Blank Gray, QTY 1EA


CLIN 0015, P/N UH 66828, Plate Patch Cool Air, QTY 1 EA


CLIN 0016, P/N UH 66990, Shell Outer Frt, QTY 1EA


MANUFACTURER: Clayton Industries
END ITEM APPLICATION: Steam Generator


6. The required delivery and acceptance date is April 15, 2015. The Ship to address for delivery and acceptance is MSC W143 Warehouse, Building W143 Doorway 10, 1968 Gilbert Street, Norfolk, VA 23511.


Estimated Delivery Date if Different than Requested Date____________
Are items being imported? ________ If so, from what country? ____________



7. The provision at FAR 52.212-1, Instructions to Offerors - Commercial applies to this acquisition and is amended as follows:


52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS


a. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.


b. The term "offeror" or "offer" as used in FAR 52.212-1 shall be understood to mean "quoter" and "quote," respectively. Further, the term "award" shall be understood to describe the Government's issuance of an order.


c. The following paragraphs in FAR 52.212-1 shall not apply to this RFQ: a, b, c, f (except f(4)), and l.


d. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable.


e. SUBMISSION PACKAGE

1. The quote shall contain the following:
a. price quote which identifies the requested item(s), unit price, and extended price.
b. Shipping Price - The Government requests that shipping costs be incorporated into the price of each item rather than a separate line for total shipping costs. The Government will spread the shipping costs across all lines upon award if quoted as a separate line item.
c. Total Price
d. WPM Compliance
e. Remittance address, Tax identification Number, DUNS number and Cage Code
f. FAR 52.212-3-Offeror Representations and Certifications-Commercial Items. An offeror shan complete only paragraphs (b) of this provision if the offer has completed the annual representations and certificates electronically via http://www.acquisition.gov/ if an offer has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offer shall complete only paragraph (c) through (o) of this provision.echnica, and other information needed for evaluation. See FAR Provision at 52.212-3


All quoters must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer.


2. Responses to this solicitation are due October 24, 2014 at 08:00 local time, Norfolk, VA. Quotes may be emailed to tommy.a.hale@navy.mil or faxed via 757-443-5982 Attn: Tommy Hale. Please reference the solicitation number on your quote.


3. Offers/quotes submitted in response to this solicitation shall not contain nor be subject to the offeror's/vendor's standard commercial terms and conditions. Any offer/quote submitted in response to this solicitation which includes the offeror's/vendor's standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation.



8. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition.


9. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses contained within FAR 52.212-5 are applicable to this acquisition:


52.204-7 System for Award Management (Jul 2013)
52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013)
52.212-3 Offeror Representations and Certifications - Commercial Items (Aug 2013)
52.212-3 Alt I Offeror Representations and Certifications - Commercial Items-Alt I (Apr 2011)
52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2013)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Sep 2013)
52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013)
52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013)
52.219-28 Post-Award Small Business Program Representation (Jul 2013)
52.222-3 Convict Labor (June 2003)
52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012)
52.222-21 Prohibition of Segregated Facilities (Feb 1999)
52.222-26 Equal Opportunity (Mar 2007)
52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010)
52.222-50 Combating Trafficking in Persons (Feb 2009)
52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011)
52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)
52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (Jul 2013)
52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Dec 2012)
52.232-18 Availability of Funds (Apr 1984)
52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)
52.247-29 F.o.b. Origin (Feb 2006)
52.247-34 F.o.b. Destination (Nov 1991)
252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011)
252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009)
252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)
252.204-7000 Disclosure of Information (Aug 2013)
252.204-7003 Control of Government Personnel Work Product (Apr 1992)
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.211-7003 Item Identification and Validation (Jun 2013)
252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013)
252.225-7001 Buy American And Balance of Payments Program (Dec 2012)
252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012)
252.225-7048 Export Controlled Items (Jun 2013)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)
252.244-7000 Subcontracts for Commercial Items (Jun 2013)
252.246-7003 Notification of Potential Safety Issues (Jun 2013)
252.247-7023 Transportation of Supplies by Sea (Jun 2013)


252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004).


(a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that-


(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.


(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.


(b) The Offeror represents that-


(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,


(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.



WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS:
In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry.


52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)


This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses:
http://farsite.hill.af.mil/vffara.htm
http://farsite.hill.af.mil/vfdfara.htm


52.252-2 Clauses Incorporated by Reference (Feb 1998)


This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/vffara.htm
http://farsite.hill.af.mil/vfdfara.htm


52.252-5 Authorized Deviations in Provisions (Apr 1984)


(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.


(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.


52.204-13 System for Award Management Maintenance (Jul 2013)


(a) Definition. As used in this clause-


"Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities, which is used as the identification number for Federal Contractors.


"Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at subpart 32.11) for the same concern.


"Registered in the System for Award Management (SAM) database" means that-


(1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14), into the SAM database;


(2) The Contractor has completed the Core, Assertions, Representations and Certifications, and Points of Contact sections of the registration in the SAM database;


(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and


(4) The Government has marked the record "Active".


"System for Award Management (SAM)" means the primary Government repository for prospective Federal awardee and Federal awardee information and the centralized Government system for certain contracting, grants, and other assistance-related processes. It includes-


(1) Data collected from prospective Federal awardees required for the conduct of business with the Government;


(2) Prospective contractor-submitted annual representations and certifications in accordance with FAR subpart 4.12; and


(3) Identification of those parties excluded from receiving Federal contracts, certain subcontracts, and certain types of Federal financial and non-financial assistance and benefits.


(b) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis, from the date of initial registration or subsequent updates, its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.


(c)
(1)
(i) If a Contractor has legally changed its business name, doing business as name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to-


(A) Change the name in the SAM database;


(B) Comply with the requirements of subpart 42.12 of the FAR; and


(C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor shall provide with the notification sufficient documentation to support he legally changed name.


(ii) If the Contractor fails to comply with the requirements of paragraph (c)(1)(i) of this clause, or fails to perform the agreement at paragraph (c)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract.


(2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the EFT clause of this contract.


(3) The Contractor shall ensure that the DUNS number is maintained with Dun & Bradstreet throughout the life of the contract. The Contractor shall communicate any change to the DUNS number to the Contracting Officer within 30 days after the change, so an appropriate modification can be issued to update the data on the contract. A change in the DUNS number does not necessarily require a novation be accomplished. Dun & Bradstreet may be contacted-


(i) Via the internet at http://fedgov.dnb.com/webform or if the Contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or


(ii) If located outside the United States, by contacting the local Dun and Bradstreet office.


(d) Contractors may obtain additional information on registration and annual confirmation requirements at https://www.acquisition.gov.



252.204-7004 Alternate A, System for Award Management (May 2013)


As prescribed in 204.1105, substitute the following paragraph (a) for paragraph (a) of the provision at FAR 52.204-7:
(a) Definitions. As used in this clause-


"System for Award Management (SAM) database" means the primary Government repository for contractor information required for the conduct of business with the Government.


"Commercial and Government Entity (CAGE) code" means-


(1) A code assigned by the Defense Logistics Information Service (DLIS) to identify a commercial or Government entity; or


(2) A code assigned by a member of the North Atlantic Treaty Organization that DLIS records and maintains in the CAGE master file. This type of code is known as an "NCAGE code."


"Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities.


"Data Universal Numbering System +4 (DUNS+4) number" means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR 32.11) for the same parent concern.


"Registered in the System for Award Management (SAM) database" means that-


(1) The contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, and Contractor and Government Entity (CAGE) code into the SAM database; and


(2) The contractor has completed the Core Data, Assertions, Representations and Certifications, and Points of Contact sections of the registration in the SAM database;


(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Contractor will be required to provide consent for TIN validation to the Government as part of the SAM registration process; and


(4) The Government has marked the record "Active."


 252.232-7010 Levies on Contract Payments (Dec 2006)


(a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt.


(b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-


(1) The total dollar amount of the levy;


(2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and


(3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation.


(c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including-


(1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and


(2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or


(ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation.


(d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act.


252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

(a) Definitions. As used in this clause--

Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization.

Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall--

(1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/.

(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

INVOICE

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.

GOVERNMENT

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.


Routing Data Table*


Field Name in WAWF Data to be entered in WAWF


Pay Official N32205
Issue By
Admin
Inspect By
Ship To Code N62387
Ship From Code
Mark For Code
Service Approver
Service Acceptor
Accept at Other
LPO
DCAA Auditor
Other


(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system.

NOT APPLICABLE

(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.

MSCHQ_WAWF@navy.mil

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.



MSC SPECIFIC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (AUG 2012)
The information contained in this instruction is supplemental to DFARS 252.232-7006.


The information contained in the table in DFARS 252.232-7006 is for WAWF purposes only. Information included in DFARS 252.232-7006 and this WAWF instruction apply only to WAWF Invoicing and WAWF Receiving Reports. Contradictory information elsewhere in this contract, e.g. Ship to DoDAAC, shall be followed per the terms and conditions of the contract.


When entering the invoice into WAWF, the Contractor shall fill in the DoDAAC fields or DoDAAC extensions exactly as shown in the table in DFARS 252.232-7006. Fields that should not be filled in when entering the invoice into WAWF will be indicated with the direction, "Leave Blank."


In some situations the WAWF system will pre-populate the "Pay DoDAAC," "Admin By DoDAAC" and "Issue By DoDAAC." The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table in DFARS 252.232-7006. If these DoDAACs do not match, then the Contractor shall correct the field(s).


If Receiving Reports are required, ensure that the "Inspection" and "Acceptance" defaults of "destination" for both fields are not changed in the WAWF online interface.


The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including CLIN number (e.g. 0001), Quantity (may be adjusted for actual quantity or dollar value delivered and invoiced), and Unit Price (e.g. $1.00). The dollar amounts on each CLIN or SubCLIN on the WAWF invoice shall reflect final performance values, but in no instance can the dollar amount for each CLIN or SubCLIN exceed what is specified in the contract document. The Contractor shall bill to the lowest level, e.g., the SubCLIN level. The Quantity and Unit of Measure fields must be filled out exactly as indicated in the CLINs and SubCLINs to reduce the possibility of the invoice being delayed or rejected during processing.


Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the "Send More Email Notifications" link that appears on the page. The Contractor shall click on this link and add the Technical Point of Contact's (TPOC) or Contracting Officer's Representative's (COR) email address in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF system.


BASIS FOR AWARD:
Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Request for Quotation, offers the lowest evaluated price.



SHIP & BASE ACCESS
Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions.


Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required:


1. El Paso Intelligence Center (EPIC) personnel screening requirement
2. Base/Repair Facility Access Request
3. Vehicle Access Request
4. Ship Access List (vendor-provided)


All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms.


EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) msc.norfolk.epic@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSC of personnel who are denied access to the vessel.


Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated.


RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com).


Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form".


Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms.


Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.


Reply to:
Tommy Hale
Contract Specialist
Military Sealift Command Norfolk
471 C Street, Building SP-64, Floor 2
Norfolk, Virginia 23511
Phone: 757-443-5880
Fax: 757-443-5982
E-mail: tommy.a.hale@navy.mil


Tommy A. Hale, Contract Specialist, Phone 7574435880, Fax 7574435982, Email tommy.a.hale@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP