USNS KAISER ULTRASONIC THICKNESS GAUGING SURVEY

expired opportunity(Expired)
From: Federal Government(Federal)
N32205-19-Q-4581

Basic Details

started - 20 Aug, 2019 (about 4 years ago)

Start Date

20 Aug, 2019 (about 4 years ago)
due - 22 Aug, 2019 (about 4 years ago)

Due Date

22 Aug, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
N32205-19-Q-4581

Identifier

N32205-19-Q-4581
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (707822)DEPT OF THE NAVY (156738)MSC (5911)MSC HQS (5723)MSC NORFOLK (5702)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Military Sealift Command Combined Synopsis and Solicitation Notice Information1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.2. Solicitation number is N3220519Q4581 and is being issued as a Request for Quotes (RFQ).3. The solicitation document and incorporated provisions and clauses are those in effect throughFederal Acquisition Circular (FAC) FAC 2019-05, Effective 08-13-2019, DFARS: 20190809, Effective 08 August 2019, located on http://acquisition.gov/.4. The associated NAICS code is 336611 and the associated PSC code is J020 for this procurement: NOTE: A Class Waiver is not applicable to a procurement unless the NAICS code, PSC, and NAICS
Code Descriptor currently in effect, match the item(s) being procured.0 is not being set-aside for small businesses.xxx is being set-aside for small business. The small business size standard is 500.5. The table below lists the Contract Line Item Number(s) (CLIN(s)) and items, quantities and units of measure, inclusive of any applicable options:SERVICESCLIN DESCRIPTION QUANTITY PRICE0001 Labor, Materials and Travel to Accomplish SOW for USNS HENRY J KAISER 1NOTE: Wage Determination WD 15-5788 (Rev.-08) dated 08/02/2019 is applicable to this requirement.6. STATEMENT OF WORK:1.0 ABSTRACT:1.1 An ABS approved ESP Hull Gauging firm shall take and record 40,000 ultrasonic thickness readings on ship's hull, bulkheads, deck plating, scantlings, piping, and in other areas throughout the ship as required by the MSCREP, USCG, and ABS Surveyor. The requirements of the ABS Intermediate Hull Survey No. 7 for Single Hull Tankers in the Enhanced Survey Program shall form the basis for this item.2.0 REFERENCES/ENCLOSURES:2.1 NAVSEA Dwg No. 101-6580055, General Arrangement Outboard Profile.2.2 NAVSEA Dwg No. 101-6580056, General Arrangement Inboard Profile.2.3 NAVSEA Dwg No. 101-6580163, Midship Section2.4 NAVSEA Dwg No. 101-6580164, Scantling Plan2.5 NAVSEA Dwg No. 101-6580166 Shell Expansion2.6 NAVSEA Dwg. No. 101-6580165, Scantling Section2.7 NAVSEA Dwg. No. 101-6580058, General Arrangement Tanks and Flats, Aft Fr. 602.8 NAVSEA Dwg. No. 801-6580167, Capacity Plan2.9 NAVSEA Dwg. No. 631-6580108, MSC "Paint Schedule" (Available onboard)2.10 ABS Rules for Building and Classing Steel Vessels, Part 7, Rule Requirements for Survey After Construction Part 7, Chapter 3 Section 2. Tanker ESP (requirements for Intermediate Hull Survey No. 7).2.11 ESP PROGRAM_ Intermediate Hull Survey No. 7 - USNS KAISER (T-AO 187)3.0 ITEM LOCATION/DESCRIPTION:3.1 Location/Quantity:3.1.1. Location: Various locations throughout the vessel3.1.2. Quantity: 40,000 UT readings3.2 Item Description/Manufacturer's Data: None4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES/INFO: None5.0 NOTES:5.1 The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors must comply with all applicable GTRs.5.2 The contractor and all subcontractors regardless of tier are advised to review other work items under this contract, to determine their effect on the work required under this work item.5.3 Location/POP: North Island, San Diego, CA from 04 October - 17 October, 2019; Portland, Oregon from 22 Oct - 20 Dec, 2019.*** Please quote both locations******5.4 The attending ABS Surveyor shall specifically approve the firm selected to perform the gauge readings. Thickness measurements are to be carried out by a qualified company certified by the American Bureau of Shipping as an ABS approved ESP Hull Gauging Firm and under the supervision of the ABS Surveyor.5.5 A copy of ABS certification shall be provided to Port Engineer and ABS Surveyor prior to start of work. The qualifications of the ABS approved ESP Hull Gauging Firm shall be provided to the MSCREP prior to the start of the audio gauging.5.6 All audio gauging equipment shall be acceptable for use by the American Bureau of Shipping.5.7 ABS Surveyor will recheck the measurements as deemed necessary to ensure acceptable accuracy.NOTE: On a daily basis a copy of the Thickness Measurements taken on each given day will be turned over to the MSCREP for local attending ABS Surveyor review.5.8 Detailed Unit Structural Drawings can be provided by MSC Tech Library upon request.6.0 QUALITY ASSURANCE REQUIREMENTS: Refer to Paragraph 7.07.0 STATEMENT OF WORK7.1 Obtain and record 40,000 ultrasonic thickness gauging to satisfy the requirements of ABS Intermediate Hull Survey No. 7 for Single Hull Tankers in the Enhanced Survey Program. Accomplish the Thickness Measurements (UT Gauging) in the ballast tanks, cargo tanks, miscellaneous tanks and locations listed in reference 2.12 in the presence of the ABS Surveyor(s) and Port Engineer as required in accordance with reference 2.1 and reference 2.11.7.2 The gauging shall be taken during Period of Performance at Naval Air Station North Island, San Diego, CA from 04 October - 17 October, 2019 and Portland, Oregon from 22 Oct - 20 Dec, 2019.7.2.1. The gauging firm shall be available to perform the gauging during the duration of these performance periods.7.2.2. Thickness measurements are to be carried out by a qualified Thickness Measurement Firm certified by the American Bureau of Shipping as an ABS approved ESP Hull Gauging Firm.7.2.3. Assistance to the Thickness Measurement Firm for access to the areas and/or structure to be gauged will be accomplished via ladders and rafting support for which shall be provided by a separate Service Order with a general ship repair contractor.7.2.4. Contractor shall accomplish the thickness measurements in the areas and/or structure to be gauged in No.3 Port and Stbd Salt Water Ballast Tanks via alternate method as tank configuration limits access via rafting and ladders.7.2.5. The gauging instruments shall be calibrated on site with certified blocks acceptable to the ABS Surveyor.7.2.6. The contractor is to provide a unit price per shot up to a maximum of 40,000 Shots. Number of shots will be determined by quantity required by ABS. Unit price is to be used for decreasing the scope of the item as it relates to the number of shots required by ABS.7.2.7. On a daily basis a copy of the Thickness Measurements taken on each given day will be turned over to the MSCREP and local attending ABS Surveyor for review.7.2.8. After completion of all thickness measurements required, a final typewritten report is to be prepared in ABS acceptable format in accordance with ABS Rules and Regulations and to the satisfaction of Local ABS Surveyor. Contractor shall provide five (5) copies of the final report. Three (3) copies are to be submitted to the ABS Surveyor, one (1) copy shall be submitted to the Port Engineer, and one (1) copy is to be submitted to the Vessel's Master. The final report shall give the location of measurements, the thickness measured as well as the original thickness, maximum allowable wastage and the actual percentage of wastage. The measuring equipment type, calibration certification and names of the persons taking the measurements and their qualifications shall also be included in the report.7.2.9. Contractor shall submit final reports to the MSCREP within five (5) calendar days of completion of the ultrasonic readings.7.2.10. The contractor shall develop and include in its report a composite drawing of location of each reading in relation to the frame numbers, seams and butt welds, plating, and internal structural members.7.2.11. Contractor shall take thickness measurements in all locations detailed in reference 2.11 and summarized as follows...• Suspect areas throughout the vessel (as designated by attending ABS Surveyor) as directed by the Port Engineer and ABS Surveyor.• All main deck plating within the cargo area, all exposed main deck plating outside of cargo are and all exposed 1st tier super-structure deck plating (poop, bridge, and forecastle decks).• A minimum of three (3) transverse sections, including at least one (1) in way of a ballast tank, within the amidships 0.5L.• All plating in two (2) wind-and-water strakes (port and starboard full length).• Internals in forepeak and aft peak tanks (including plating and stiffeners of tank bulkheads).• Dect Keel or pipe tunnel plating and internals.• All Keel and bottom plating (full length).• Plating of sea chests. Shell plating in way of overboard discharges as considered necessary by the attending Surveyor.• Measurements, for general assessment and recording of corrosion patterns, of structural members subject to Close-up Survey.• All web frames in all ballast tanks.• All web frames in one (1) cargo tank.• One (1) web frame in remaining cargo tanks.• All transverse bulkheads in all cargo tanks.• All transverse bulkheads in all ballast tanks.• Additional transverse areas as deemed necessary by the Surveyor7.3 Painting:7.3.1. The Contractor shall repair all intact coatings disturbed during the accomplishment of this work item. The disturbed areas shall be coated with the systems specified in reference 2.9 using the paint product data sheets for surface preparation, environmental condition requirements, and dry film thickness. Paint will be provided by ships force.8.0 GENERAL REQUIREMENTS: None7. LABOR:Contractor must provide a copy of published hourly/daily rates for documentation.Labor Rates: $________ straight time X (number of hours) _______; $_______ overtime X (number of hours) __________; $__________ double or holiday X (number of hours) ________Specify the number of hours per person for any applicable labor rates.MATERIALS:Estimated materials: Provide a detailed list of all estimated materials, the cost for each and the part numbers (if applicable).TRAVEL:Airfare, lodging, per diem, and car rental shall be broken down.Responses to the solicitation are due 2:00 PM EST (Norfolk, VA local time) on Thursday, 22 August 2019. Quotes may be e-mailed to Arnita Waters at arnita.waters@navy.mil . To be considered timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission. Quotes received after that time will be considered at the Government's sole discretion. Please reference the solicitation number on your quote.Primary Point of Contact: Arnita Waters, (757) 443-2384, arnita.waters@navy.milSecondary Point of Contact: Donnie Leger, (757) 443-5900, donnie.leger@navy.milThe Government will consider all quotes that are timely received and may consider late quotes in accordance with 52.212-1. Failure of a quote to address any items listed in the attached submission package may make a quote unacceptable.8. Provision 52.212-2 Evaluation-Commercial Items (Oct 2014) applies to this acquisition.Award will be made in accordance with FAR Subpart 13.5 to a responsible quoter who provides a technically acceptable solution at a fair market price and who has acceptable past performance.(a) The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:(i) technical capability of the item offered to meet the Government requirement;(ii) price;(iii) past performance, if applicable (see FAR 15.304); justification is required if this is not assessed when the value of the procurement is over the limits set in FAR 15.304(c)(3)(i) and any applicable deviations.Award shall be made to the lowest priced technically acceptable offeror in LPTA solicitations.To be considered a technically acceptable solution for a parts procurement, the quoted parts shall meet the solicitation requirements including required parts, delivery dates, and terms and conditions stated in the solicitation. To be considered a technically acceptable solution for a service, the quoted service shall meet the solicitation requirements including terms and conditions stated in the solicitation. The quote shall state that all aspects of the technical requirement, including required delivery date and part numbers, can be met.If utilized, a past performance evaluation will be conducted in accordance with FAR 13.106-2(b)(3)(ii)(C). The Government intends to utilize the Government Wide Past Performance Information Retrieval System (PPIRS) for past performance evaluations as a basis for anticipating successful/unsuccessful performance on this required effort. To be considered acceptable for past performance, a search of the PPIRS must reveal no negative past performance information for the recent and relevant records. In the event there are no recent and/or relevant PPIRS records, the quoter may submit information on recent and relevant subcontracts and/or commercial contracts. If no recent and relevant contracts are available in PPIRS or submitted by the offeror, the quoter's past performance record shall be considered "unknown." In the context of acceptable or unacceptable, "unknown" past performance shall be considered "acceptable." To be considered recent, the effort must either still be in progress or have been completed within the previous three (3) years from date of this draft award notice. To be considered relevant the record should be similar in terms of complexity, scope, and magnitude. "Scope" is defined as experience in areas defined in the SOW. "Magnitude" is defined as the measure of similarity of the volume, dollar value, and/or duration of work actually performed under the quoter's submitted contracts to the SOW. At the quoter's discretion, additional past performance information may be submitted with the quote as a supplement to PPIRS. If furnished, this submission will be evaluated in accordance with the procedures described above.The Government will evaluate quoted pricing for reasonableness utilizing techniques described in FAR 13.106-3.(b) Options. N/A(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror by the Government 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.9. All Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer.10. Clause 52.212-4 Contract Terms and Conditions - Commercial items, applies to this acquisition.11. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2019)(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)(4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).(5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:_X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note)._X_ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note)._X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2))._X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755)._X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126)._X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015)._X_ (28) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246)._X_ (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)._X_ (33) (i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627)._X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513)._X_ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)._X_ (55) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332).(c)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Jan 2019) (41 U.S.C. 3509).(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115- 91).(iv) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(v) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.(vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).(vii) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).(viii) 52.222-35, Equal Opportunity for Veterans (Oct 2019) (38 U.S.C. 4212).(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).(x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.(xii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67).(xiii) (A) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).(xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)(xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)(xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).(xviii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).(xix) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).(B) Alternate I (Jan 2017) of 52.224-3.(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.(xxii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.12. The following additional information is applicable to this acquisition:Number Title Date52.204-7 System for Award Management Oct-1852.204-7 Alt I System for Award Management Oct-1852.204-9 Personal Identity Verification of Contractor Personnel Jan-1152.204-13 System for Award Management Maintenance Jul-1352.204-16 Commercial and Government Entity Code Reporting Jul-1652.204-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation Jan-1752.232-39 Unenforceability of Unauthorized Obligations Jun-1352.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec-13252.203-7000 Requirements Relating to Compensation of Former DOD Officials Sep-11252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep-13252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11252.204-7000 Disclosure of Information Oct-16252.204-7003 Control of Government Personnel Work Product Apr-92252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Oct-16252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct-16252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May-16252.223-7008 Prohibition of Hexavalent Chromium Jun-13252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Mar-08252.232-7010 Levies on Contract Payments Dec-06252.243-7001 Pricing of Contract Modifications Dec-91252.244-7000 Subcontracts for Commercial Items Jun-13252.246-7003 Notification of Potential Safety Issues Jun-1313. 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.14. This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating.15. MSC Terms and ConditionsOffers/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.16. Quotes may be only be e-mailed directly to arnita.waters@navy.mil, the sole designated E-mail address and inbox for receipt of E-mail submissions. No other electronic means of submission, used in whole or in combination with E-mail, is permitted. No other method of submission is acceptable.E-mail quotes shall be in either Adobe or Microsoft Office format. Quoters are advised that the Government may be unable to receive other types of electronic files (e.g., .zip files) or files in excess of 20 megabytes. To be timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission.Hand delivered and mailed quotes shall not be sent.17. For additional information regarding this solicitation contact Arnita Waters at arnita.waters@navy.mil, (757) 443-2483. 

NAVAL AIR STATION NORTH ISLANDSAN DIEGO, CALocation

Place Of Performance : NAVAL AIR STATION NORTH ISLAND

Country : United States

Classification

NAISC: 336611 GSA CLASS CODE: 20
naicsCode 336611Ship Building and Repairing
pscCode 20Miscellaneous Ship and Marine Equipment