Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a Sole Source firm fixed price purchase order to Converteam for AMC Controllers for the USNS CARL BRASHEAR, USNS ROBERT PEARY, USNS AMELIA EARHART, USNS WALLY SCHIRRA, USNS MATTHEW PERRY, and the USNS SACAGAWEA. Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered. The following parts are required for Cable AMC Controllers:
USNS CARL BRASHEAR: Price per Unit Extended Price
PC HDWR AMC Controller PN 101005242 6 each
USNS ROBERT PEARY:
PC HDWR AMC Controller PN 101005242 6 each
USNS AMELIA EARHART:
PC HDWR AMC Controller PN 101005242 6 each
USNS WALLY SCHIRRA:
PC HDWR AMC Controller PN 101005242 6 each
USNS MATTHEW PERRY:
PC HDWR AMC Controller PN 101005242 6 each
USNS SACAGAWEA:
PC HDWR AMC Controller PN 101005242 10 each
Quote should include the following:
CLIN: Unit price and extended price for each part
Shipping Charges (if applicable) FOB Destination
Grand Total
The required delivery date for the above items is as follows: 15 February 2010 for all ships.
The delivery address for all ships is as follows:
RRAMS WHSE, BLDG LP26
9276 Third Avenue
Naval Station Norfolk, Va 23511
The following FAR provisions and clauses apply to this solicitation and are incorporated by reference:
52.204-7 Central Contractor Registration;
52.212-1 Instructions to Offerors-Commercial Items;
52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference);
52.212-4 Central Contractor Registration;
52.212-4 Contract Terms and Conditions-Commercial Items;
Addendum to 52.212-4 Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer.
Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference:
52.203-6 Alt I Restrictions on Subcontractor Sales to the Government,
52.219-8 Utilization of Small Business Concerns
52.222-3 Convict Labor,
52.222-19 Child Labor - Cooperation with Authorities and Remedies,
52.222-21 Prohibition of Segregated Facilities,
52.222-26 Equal Opportunity,
52.222-35 Equal Opportunity; Special Disabled Veterans of the Vietnam Era, and other Eligible Veterans
52.222-36 Affirmative Action for Workers with Disabilities,
52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Eligible Veterans
52.222-50 Combating Trafficking in Persons
52.225-13 Restrictions on Certain Foreign Purchases, and
52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration;
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.204-7004 Required Central Contractor Registration. Alternate A;
252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation;
252.212-7000 Offeror Representations and Certifications--Commercial Items.
Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference:
252.225-7001 Buy American Act and Balance of Payment Program,
252.225-7000 Buy American Act--Balance of Payments Program Certificate,
252.225-7009 Restriction on Acquisition of Certain Articles Containing Speciality Metals
252.225-7012 Preference for Certain Domestic Commodities
252.232-7003 Electronic Submission of Payment Requests; and
The following additional clauses apply:
52.203-3 Gratuities
252.247-7024 Notification of Transportation of Supplies by Sea.
52.247-34 F.B.O. Destination
252.204-7004 Central Contractor Registration (52.204-7) Alternate A
252.204-7008 Export-Controlled Items
252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country
252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country
252.211-7003 Item Identification and Valuation
252.232-7010 Levies on Contract Payment
252.243-7002 Requests for Equitable Adjustment.
252.246-7003 Notification of Potential Safety issues
252.247-7023 Transportation of Supplies by Sea
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://www.arnet.gov/far/
http://www.acq.osd.mil/dp/dars/dfars/dfars.html
52.233-2 SERVICE OF PROTEST (SEP 2006)
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from
Military Sealift Fleet Support Command
Attention: Deidre Fisher
Building SP 64
471 "C" Street
Norfolk, Va 23511
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
Addendum to 52.233-2 SERVICE OF PROTEST
Interested parties may request an independent review of their protest as an alternative to consideration by the contracting officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X, Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the contracting officer prior to filing a protest.
MSFSC INVOICE INSTRUCTIONS
Submit Invoices to:
Military Sealift Fleet Support Command
Accounts Payable, Code N8211
471 C Street
Norfolk, VA 23511
Or fax to: 757-443-2941
For questions concerning invoice payments or status, contact accounts pay at 757-443-2928.
Notes:
1. A Copy of the purchase order must be submitted with the invoice
2. A bill of lading must be provided with the invoice to substantiate shipping charges, if applicable.
3. Annotate invoice as "FINAL INVOICE", when applicable.
TEST PROGRAM FOR COMM ITEMS:
Test Programs For Certain Commercial Items: This requirement will be awarded using the procedures under FAR Subpart 13.5, Test Program for Commercial Items of the Clinger-Cohen Act of 1996. The following FAR Part 13 Simplified Acquisition Procedures shall be used: Quotes shall be solicited and a purchase order issued to the successful vendor. FAR Part 13 purchase order procedures shall supersede any contrary procedures set forth or incorporated by reference in this solicitation.
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.
EVALUATION -COMMERCIAL ITEMS:
(a) Purchase order will be made to that technically acceptable quoter with satisfactory or neutral past performance whose quote, conforming to the solicitation, has offered the lowest evaluated price and is deemed to be responsible. Quotes must include all the listed parts; a quote for less than all parts required will not be considered. The Government reserves the right to issue a purchase order based upon initial quotes.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(c) Late quotes will not be considered
The following numbered notes apply to this requirement: None.
At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 19 November 2010, by 1400 Norfolk, Va local time. Quotes can be emailed [email protected] or faxed to 757-443-5952, Attn: Ms. Julia Fulmer. Reference the solicitation number N40442-11-T-3002 on your quote.