Military Sealift Command Combined Synopsis and Solicitation Notice Information 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 N32205-14-T-3734 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 2005-71, effective 25 Nov 2013. 4. The associated NAICS code is 811310. 5. Military Sealift Command (MSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS SACAGAWEA, USNS ALAN SHEPARD, USNS RICHARD E. BYRD, USNS ROBERT E. PEARY, USNS AMELIA EARHART, USNS CARL BRASHEAR, USNS WASHINGTON CHAMBERS, USNS MEDGAR EVERS, WALLY SCHIRRA, and USNS WILLIAM MCLEAN for following APPLETON MARINE OEM parts. Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered. 6. TITLE OF REPAIR: CARGO CRANE ANNUAL INSPECTION DESCRIPTION OF WORK: Provide the services of one (1) Technical Representative. The tech rep shall be experienced with Appleton Marine Crane used onboard T-AKE class listed in Para 5.1. 1.0 ABSTRACT: 1.1 This item describes the required technical services for Appleton Marine to inspect the four (4) cargo cranes, perform ABS rocking test, and hydraulic torque checks across the T-AKE class found in Para 5.1. 2.0 REFERENCES/ENCLOSURES: 2.1 References: 2.1.1 Tech Manual TG811-BL-MMC-010 2.1.2 Appleton ABS - Turntable Bearing Tilt Test Procedure - Log Book 2.2 Enclosures: 2.2.1 Appleton Marine Inc. Service Rate Schedule attached 3.0 ITEM LOCATION/QUANTITY/DESCRIPTION: 3.1 Location/Quantity: 3.1.1 Cargo Crane #1 (03-30-1) 3.1.2 Cargo Crane #2 (03-30-2) 3.1.3 Cargo Crane #3 (04-75-1) 3.1.4 Cargo Crane #4 (04-75-2) 3.2 Description: 3.2.1 Model EB270-87-47 3.2.1.1 10MT lift at 20m radius 3.2.1.2 6MT lift at 26m radius 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None. 5.0 NOTES: 5.1 All work listed under the Statement of Work shall be completed on EACH the following T-AKE Class vessels during the listed Period of Performance except where otherwise noted: T-AKE CLASS VESSEL EXPECTED PERFORMANCE LOCATION PLANNED PERIOD OF PERFORMANCE DATES USNS SACAGAWEA (T-AKE 2) TBD (Singapore Planned) 2/26/15 - 3/18/15 USNS ALAN SHEPARD (T-AKE 3) TBD (BAHRAIN PLANNED) 7/26/15 - 8/15/15 USNS RICHARD E BYRD (T-AKE 4) TBD (Seattle PLANNED) 1/25/15 - 2/7/15 USNS ROBERT E PEARY (T-AKE 5) TBD (Bahrain Planned) 4/20/15 - 5/10/15 USNS AMELIA EARHART (T-AKE 6) TBD (SINGAPORE PLANNED) 8/16/15 - 8/29/15 USNS CARL BRASHEAR (T-AKE 7) GUAM 3/18/15 - 4/14/15 USNS WALLY SCHIRRA (T-AKE 8) TBD (Singapore Planned) 9/29/15 - 10/19/15 USNS WASHINGTON CHAMBERS (T-AKE 11) TBD (Bahrain PLANNED) 4/21/15 - 5/4/15 USNS WILLIAM MCLEAN (T-AKE 12) Norfolk, VA 11/1/14-11/11/14 Norfolk, VA 9/8/15-9/28/15 USNS MEDGAR EVERS (T-AKE 13) Norfolk , VA 5/28/15 - 6/18/15 5.2 Performance Location and Period of Performance dates provided are best known locations and dates at time of submission of these requirements and are subject to change. A condition report shall be submitted to the Port Engineer and Contractor Officer requesting modification of the contract due to travel costs. 5.3 Provide an access list of all personnel boarding the ship. The list shall include the following:  Persons full name  SSN, or passport #, or naturalization #  Place of birth  Date of birth 5.3.1 MSC N10 Buyer will provide information on processing of clearance requirements. 5.4 Principal Port Engineer contact information: Current Port Engineer contacts are: 5.5 This ship contains High Voltage (HV) electrical systems. The contractor and subcontractors shall obey all posted and verbal instructions regarding safety and exclusion from High Voltage areas. At no time shall a contractor or subcontractor approach, work on, or enter a High Voltage area without proper authorization. 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 Training and Rocking Test completed upon Chief Engineer's satisfaction. 7.0 STATEMENT OF WORK: 7.1 Provide the service of one (1) Technical Representative. The tech rep shall be experienced with Appleton Marine Cranes used onboard T-AKE class listed in Para 5.1. 7.1.1 Point of Contact for services: 7.1.2 Tech Rep to travel locations described in Para 5.1 7.1.3 Tech rep shall perform annual safeties, shutdowns, and operational checks. 7.1.4 Tech Rep shall perform Rocking Test on Cranes 1 thru 4 in accordance with reference 2.1.2. 7.1.5 Tech Rep shall notify Ships Cargo Engineer, Chief Engineer, and Port Engineer prior to starting any work. 7.1.6 Tech Rep shall prep the surface prior to obtaining results of Rocking Test. Surfaces between the Slew Ring and the Crane foundation to be cleaned and free of grease, cosmoline, or dirt, etc. 7.1.7 Perform hydraulic torque checks on slewing ring bolts, indicating 20% of the total bolts. 7.1.8 Upon completion, Tech Rep shall provide a completed test (Hard Copy and Electronic) to the Ship's Chief Engineer and Port Engineer. 7.1.9 Provide hands on technical trouble shooting training to the crew throughout the testing evolution. 7.1.10 Provide (3) copies of a service report outlining the bearing/rocking test results, hydraulic torque checks, conditions found, and corrective actions taken.  USNS WILLIAM MCLEAN - (ADDITIONAL REPAIRS) 7.2 In addition to the requirements, the following T-AKE's requires additional repairs beyond the annual inspections. They are as follows: 7.2.1 T-AKE 12, USNS WILLIAM MCLEAN: Prior to the annual inspection or during the annual inspection period of performance of 1-11 November 2014. 7.2.2 Diagnose and make all necessary repairs to #1 Cargo Crane Swing Drive face seal leak, and restore crane to manufactures specification. 7.2.3 Contractor shall provide all his/her own equipment and tools required to perform this work. 7.2.4 Contractor shall provide and replace Face Seal kit, gaskets, O-rings, and all components necessary. 7.2.5 After satisfactory repair, contractor shall perform operational test to the Chief Engineer, Cargo Engineer, and Port Engineer. 7.2.6 Provide all documentation to obtain certification from ABS and USCG. 7.2.7 Contractor shall provide a final detailed condition report detailing at a minimum, conditions found, work accomplished, parts replaced, and any new recommendations to Chief Engineer and Port Engineer. Report shall be hard copy and electronic PDF format. 8.0 GENERAL REQUIREMENTS: None additional. MANUFACTURER: Appleton Marine END ITEM APPLICATION: Cargo Crane Enterprise-Wide Contractor Manpower Reporting Application (ECMRA) The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Military Sealift Command via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) S, Utilities ONLY; and (5) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. Provide the Following information with your quote plus any additional information which is applicable to the statement of work. Any items that are not applicable please designate with N/A. PERIOD OF PERFORMANCE (if other than requested): Wage Determination is applicable to this service. 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). List any other cost, which does not fall with the above categories (i.e. travel, per diem, rental car, hotel, administrative fees, etc...): Provide any contract numbers for purchase orders in which you have previously performed this work: . Firm Fixed Price Total (includes all charges): $ . Company Name: CAGE Code: DUNS Number: Tax Identification Number: 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. MANUFACTURER: Appleton Marine END ITEM APPLICATION: Cargo Crane 7. The required delivery and acceptance date is 15 October 2014. Estimated Delivery Date if Different than Requested Date____________ Are items being imported? ________ If so, from what country? ____________ 8. 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 c. Total Firm Fixed 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 2. Responses to this solicitation are due 10 September 2014 at 1200 pm local time, Norfolk, VA. Quotes may be emailed to
[email protected] or faxed via 757-443-5901 Attn: Jason Dyer. Please reference the solicitation number on your quote. Terms & Conditions 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. 9. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. 10. 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: 52.204-13 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) 52.222-35 Equal Opportunity for Disabled Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 Employment Reports on Special Disabled Veterans (Sep 2010) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.222-99 Establishing a Minimum Wage for contractor (Deviation) 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) 52.222-41 Service Contract Act (Nov 2007) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) 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) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 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) 252.225-7001 Buy American And Balance of Payments Program (Dec 2012) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7013 Duty-Free Entry (Jun 2012) 252.225-7043 Anititerrorism/Force Protectin Policy for Defense Contractors Outside the US (Mar 2006) 252.225-7048 Export Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) 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) 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (DEVIATION 2014 - O0004) (Oct 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Resolution, 2014 (Pub. L. 113-46) none of the funds made available by that Act for DoD (including Military Construction funds) 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; or (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. 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (JULY 2013) (a) Definitions. 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 the 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) (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; (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.'' (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number-- (i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror 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. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company Physical Street Address, City, State, and Zip Code. (iv) Company Mailing Address, City, State and Zip Code (if separate from physical). (v) Company Telephone Number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. 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. 52.252-1 Solicitation Provisions Incorporated by Reference 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 my 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 (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. 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 acc...
Bid Protests Not Available