Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

J -- HULL PRESERVATION

Notice Date
5/19/2022 3:17:30 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325510 — Paint and Coating Manufacturing
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A22Q0550
 
Response Due
6/20/2022 12:00:00 PM
 
Archive Date
07/05/2022
 
Point of Contact
Gary Eaton, Phone: 3609008902, Alex Stutzman, Phone: 3609008762
 
E-Mail Address
Gary.A.Eaton1@navy.mil, alexander.stutzman@navy.mil
(Gary.A.Eaton1@navy.mil, alexander.stutzman@navy.mil)
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 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. The Request for Quote (RFQ) N4523A22Q0550 is issued as an unrestricted procurement. The subject solicitation is being processed using FAR Part 13, Simplified Acquisition Procedures, using evaluation procedures in FAR Part 15 (FAR 13.106-2(b)). The applicable North American Industry Classification System (NAICS) code is 325510 Paint and Coating Manufacturing. This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2022-06 (Effective 01 May 2022) and DFARS Publication Notice 20220428. DESCRIPTION: The requirement is for a firm-fixed-price (FFP) contract: CLIN 0001 Contractor to provide paint materials for the USS JOHN PAUL JONES (DDG-53) in accordance with section 2.10 of the Performance Work Statement (Attachment 7) and Exhibit A, as amended. Quantity: 1 Each FOB: Destination, Seattle, WA 0002 Contractor to provide Field Service Technical Representative for the USS JOHN PAUL JONES (DDG-53) in accordance with sections 4.0 and 5.2 of the Performance Work Statement (Attachment 7) and Exhibit A, as amended. Quantity: 1 Each FOB: Destination, Seattle, WA 0003 DATA for CLINs 0001 and 0002. Contractor to use DD Form 1423, Contract Data Requirements Lists (CDRLs) attached hereto � Not Separately Priced (NSP). Quantity: 1 Each FOB: Destination, Seattle, WA Availability start date is 29 AUG 2022. Paint Arrival at Shipyard on availability start date. Paint Representative at Shipyard to support the duration of the underwater preservation process is A+16 through A+232. *A � Availability start date The full text FAR and DFAR references may be accessed from https://acquisition.gov A. FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services applies to this acquisition and any addenda to the provision. Full text is included as Attachment 1. See Attachment 1 � �INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS.� See Attachment 2 � �EVALUATION FACTORS FOR AWARD.� B. 52.212-3, Offeror Representations and Certifications � Commercial Items. Offerors shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award (SAM) Website located at https://www.sam.gov (only complete and return if there are changes to SAM Registration). If 52.212-3 is not returned, the contractor is affirming that the current SAM registration is current, accurate, and complete. Lack of registration in the System for Award Management (SAM) database will make an offeror ineligible for award. C. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items applies to this acquisition. APPLICABLE PROVISIONS AND CLAUSES: The full text of FAR and DFAR provisions and clauses may be accessed at https://www.acquisition.gov/far/ and https://www.acquisition.gov/dfars/, respectively. The following PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant contract. CLAUSES INCORPORATED BY REFERENCE 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions SEP 2007 52.203-12 Limitation On Payments To Influence Certain Federal Transactions JUN 2020 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-7 System for Award Management OCT 2018 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-17 Ownership or Control of Offeror AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-20 Predecessor of Offeror AUG 2020 52.204-21 Basic Safeguarding of Covered Contractor Information Systems DEC 2021 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities DEC 2021 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment DEC 2021 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment DEC 2021 52.204-26 Covered Telecommunications Equipment or Services--Representation. OCT 2020 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2021 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services DEC 2021 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns SEP 2021 52.219-28 Post-Award Small Business Program Rerepresentation SEP 2021 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 52.222-26 Equal Opportunity SEP 2016 52.222-35 Equal Opportunity for Veterans JUN 2020 52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020 52.222-37 Employment Reports on Veterans JUN 2020 52.222-50 Combating Trafficking in Persons DEC 2021 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving JUN 2020 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation. DEC 2016 52.225-13 Restrictions on Certain Foreign Purchases FEB 2021 52.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 2018 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2021 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-6 Authorized Deviations In Clauses NOV 2020 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements MAR 2022 252.204-7020 NIST SP 800-171 DoD Assessment Requirements MAR 2022 252.204-7022 Expediting Contract Closeout MAY 2021 252.211-7003 Item Unique Identification and Valuation MAR 2022 252.225-7001 Buy American And Balance Of Payments Program-- Basic MAR 2022 252.225-7048 Export-Controlled Items JUN 2013 252.227-7015 Technical Data--Commercial Items FEB 2014 252.227-7037 Validation of Restrictive Markings on Technical Data SEP 2016 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration APR 2020 252.244-7000 Subcontracts for Commercial Items JAN 2021 � CLAUSES INCORPORATED BY FULL TEXT 52.225-18��� PLACE OF MANUFACTURE (AUG 2018) (a) Definitions. As used in this provision-- � �Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except-- � �(1) PSC 5510, Lumber and Related Basic Wood Materials; � �(2) Product or Service Group (PSG) 87, Agricultural Supplies; � �(3) PSG 88, Live Animals; � �(4) PSG 89, Subsistence; � �(5) PSC 9410, Crude Grades of Plant Materials; � �(6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; � �(7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; � �(8) PSC 9610, Ores; � �(9) PSC 9620, Minerals, Natural and Synthetic; and � �(10) PSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) ( ___�� ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ___�� ) Outside the United States. (End of provision) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (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. �Payment request� and �receiving report� are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (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 System for Award Management at https://www.sam.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 shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1)� Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items� (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. ________________________________________________________ (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. COMBO____________________________________________________________ (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. (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 DoDAAC�N68732 Issue By DoDAAC�N4523A Admin DoDAAC**�N4523A Inspect By DoDAAC�N4523A Ship To Code�N4523A Ship From Code�N4523A Mark For Code�N/A Service Approver (DoDAAC)�N4523A Service Acceptor (DoDAAC)�N4523A Accept at Other DoDAAC�N4523A LPO DoDAAC�N4523A DCAA Auditor DoDAAC�N/A Other DoDAAC(s) N/A �(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF point of contact. ACO: Alexander Stutzman Email: alexander.stutzman@navy.mil COR: Noah Chang Email: noah.chang@navy.mil (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. Name: Gary Eaton Address: 1400 Farragut St. Bremerton, WA 98314 Phone: (360) 900-8902 E-mail: Gary.A.Eaton1@navy.mil _________________________________________________________________ �(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause) C-202-H001 ADDITIONAL DEFINITIONS�BASIC (NAVSEA) (OCT 2018) (a)� Department ? means the Department of the Navy. (b)� Commander, Naval Sea Systems Command ? means the Commander of the Naval Sea Systems Command of the Department of the Navy or his duly appointed successor. (c)� References to The Federal Acquisition Regulation (FAR) ? All references to the FAR in this contract shall be deemed to also reference the appropriate sections of the Defense FAR Supplement (DFARS), unless clearly indicated otherwise. (d)� National Stock Numbers ? Whenever the term Federal Item Identification Number and its acronym FIIN or the term Federal Stock Number and its acronym FSN appear in the contract, order or their cited specifications and standards, the terms and acronyms shall be interpreted as National Item Identification Number (NIIN) and National Stock Number (NSN) respectively which shall be defined as follows: ��������������� (1)� National Item Identification Number (NIIN).� The number assigned to each approved Item Identification under the Federal Cataloging Program.� It consists of nine numeric characters, the first two of which are the National Codification Bureau (NCB) Code.� The remaining positions consist of a seven digit non?significant number. ��������������� (2)� National Stock Number (NSN).� The National Stock Number (NSN) for an item of supply consists of the applicable four-position Federal Supply Class (FSC) plus the applicable nine-position NIIN assigned to the item of supply. (End of text) C-211-H017 UPDATING SPECIFICATIONS AND STANDARDS (NAVSEA) (DEC 2018) The contractor may request that this contract be updated to include the current version of the applicable specification or standard if the update does not affect the form, fit or function of any deliverable item or increase the cost/price of the item to the Government. The contractor should submit update requests to the Procuring Contracting Officer with copies to the Administrative Contracting Officer and cognizant program office representative for approval. The contractor shall perform the contract in accordance with the existing specifications and standards until notified of approval/disapproval of its request to update by the Procuring Contracting Officer. Any approved alternate specifications or standards will be incorporated into the contract. (End of text) C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019) Approval by the Government as required under this contract and applicable specifications shall not relieve the Contractor of its obligation to comply with the specifications and with all other requirements of the contract, nor shall it impose upon the Government any liability it would not have had in the absence of such approval. (End of text) E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018) Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423. (End of text) E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) Item(s) 0001 AND 0002 - Inspection and acceptance shall be made at destination by a representative of the Government. (End of text) E-246-H022 INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) Inspection and test records shall, as a minimum, indicate the nature of the observations, number of observations made, and the number and type of deficiencies found. Data included in inspection and test records shall be complete and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Contracting Officer or designated Government representative. (End of text) F-242-H001 Contractor Notice Regarding Late Delivery (NAVSEA) (OCT 2018) In the event the contractor anticipates or encounters difficulty in complying with the contract delivery schedule or date, the contractor shall immediately notify, in writing, the Contracting Officer and the cognizant Contract Administration Services Office, if assigned.� The notice shall give the pertinent details; however, such notice shall not constitute a waiver by the Government of any contract delivery schedule, or of any rights or remedies provided by law or under this contract. (End of text) F-247-H004 RESTRICTIONS FOR SHIPPING TO MILITARY AIR OR WATER PORT/ TERMINAL (NAVSEA) (OCT 2018) The Contractor shall not ship directly to a military air or water port/terminal without authorization by the cognizant Contract Administration Office. (End of text) G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018) (a)� Table of payment office allocation methods available upon request (b)� This procurement contains the following contract type(s): Item Type* 0001 AND 0002 Firm-Fixed Price 0003 Not Seperately Priced *CR � Cost-Reimbursement �FP � Fixed Price (End of text) G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a)� For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level.� Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level.� For other than firm fixed price subcontracts, subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced.� Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal.� Subcontractors may email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR).� Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b)� Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF.� No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. (End of text) G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) (a)� The Government reserves the right to administratively substitute any of the points of contact listed below at any time. (b) �The contracting officer is the only person authorized to change this contract or orders issued thereunder.� The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract. (c)� The points of contact are as follows: (i)� The Procuring Contracting Officer (PCO) is: Name:� Alexander Stutzman Address:� 1400 Farragut St. Bremerton, WA 98314 Phone: (360) 340-5343 E-mail: alexander.stutzman@navy.mil �(ii)� The Contract Specialist is: Name: Gary Eaton Address: 1400 Farragut St. Bremerton, WA 98314 Phone: (360) 900-8902 E-mail: Gary.A.Eaton1@navy.mil (i)� The Administrative Contracting Officer (ACO) is: Name:� Alexander Stutzman Address:� 1400 Farragut St. Bremerton, WA 98314 Phone: (360) 340-5343 E-mail: alexander.stutzman@navy.mil (d)� The Contracting Officer�s Representative (COR) is the contracting officer�s appointed representative for technical matters.� The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements.� An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. The Contracting Officer�s Representative (COR)� is: Name: Noah Chang 2000 West Marine View Dr Everett, WA 98201 Phone: (360) 227-9831 E-mail: noah.chang@navy.mil (h)� The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. The Ombudsman is: Name: Juliet Roske Address: 1400 Farragut St. Bremerton, WA 98314 Phone: (360) 204-3981 E-mail: juliet.r.roske@navy.mil (i)� The Authorized Ordering Person(s) for Per-Call Maintenance is responsible for issuing and maintaining records for any per-call orders for remedial maintenance placed under this contract.� No per-call order shall be placed outside the scope of this contract and the cumulative total of all orders shall not be in excess of any not-to-exceed amount specified in the contract. Per-call orders shall not, in any way, modify any terms and conditions of the contract. (J)� The Contractor's point of contact for performance under this contract is: Name: �[ * ] Title: [ * ] Address:� [ *Street ] [ *City, State, Zip ] Phone: (Area Code) xxx- [xxxx];�� FAX: (Area Code) xxx- [xxxx] E-mail:� [ * ] �[ * ] To be completed at contract award (End of text) G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (JUL 2021) (a)� The policy of this activity is to schedule periods of reduced operations or shutdown during holiday periods.� Deliveries will not be accepted on Saturdays, Sundays or Holidays except as specifically requested by the [insert activity name].� All goods or services attempted to be delivered on a Saturday, Sunday or Holiday without specific instructions from the Contracting Officer or his duly appointed representative will be returned to the contractor at the contractor�s expense with no cost or liability to the U.S. Government. (b)� The federal Government observes public Holidays that have been established under 5 U.S.C. 6103. The actual date of observance for each of the holidays, for a specific calendar year, may be obtained from the OPM website at OPM.GOV or by using the following direct link: https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/. (c)� Delayed Opening, Early Dismissal and Closure of Government Facilities.� When a Government facility has a delayed opening, is closed or Federal employees are dismissed early (due to severe weather, security threat, security exercise, or a facility related problem) that prevents personnel from working, onsite contractor personnel regularly assigned to work at that facility shall follow the same reporting and/or departure directions given to Government personnel. The contractor shall not direct charge to the contract for such time off, but shall follow parent company policies regarding taking leave (administrative or other). Non-essential contractor personnel, who are not required to remain at or report to the facility, shall follow their parent company policy regarding whether they should go/stay home or report to another company facility. Subsequent to an early dismissal, delayed opening, or during periods of inclement weather, onsite contractors should monitor the OPM website as well as radio and television announcements before departing for work to determine if the facility is closed or operating on a delayed arrival basis. (d) When Federal employees are excused from work due to a holiday or a special event (that is unrelated to severe weather, a security threat, or a facility related problem), on site contractors shall continue working established work hours or take leave in accordance with parent company policy. Those contractor employees who take leave shall not direct charge the non-working hours to the contract.� Contractors are responsible for predetermining and disclosing their charging practices for early dismissal, delayed openings, or closings in accordance with the FAR, applicable cost accounting standards, and the company�s established policy and procedures. Contractors shall follow their disclosed charging practices during the contract period of performance, and shall not follow any verbal directions to the contrary. The Contracting Officer will make the determination of cost allowability for time lost due to facility closure in accordance with FAR, applicable Cost Accounting Standards, and the Contractor's established accounting policy and procedures. (e)� If you intend to visit the Contracts Office, it is advised that you call for an appointment at least 24 hours in advance. (f)� The hours of operation are as follows: ��������������������� AREA�������������������������� �������������� FROM������������������ TO [insert specific Departments]��������������������� [insert times] � � � � � � � � � � � � � � � � � � � �� (g) All deliveries to the Receiving Officer, ����� [Negotiator insert delivery location], shall be made Monday through Friday from ����� [Negotiator enter beginning hour of operation] to ����� [Negotiator enter closing hour of operation], local time.� Deliveries will not be accepted after ����� [Negotiator enter closing hour of operation].� No deliveries will be accepted on federal government holidays. (End of text) L-209-H009 NOTIFICATION OF POTENTIAL ORGANIZATIONAL OR PERSONAL CONFLICT(S) OF INTEREST (NAVSEA) (APR 2022) (a)� Offerors are reminded that certain existing contractual arrangements may preclude, restrict or limit participation, in whole or in part, either as a subcontractor or as a prime contractor under this competitive procurement.� Of primary concern are those contractual arrangements in which the Offeror provides support to Northwest Regional Maintenance Center, or related laboratories (if applicable), in support of operation of the office or any of its programs.� General guidance may be found in FAR 9.505; however, this guidance is not all-inclusive.� The Offeror's attention is directed to the ""Organizational Conflict of Interest"" (OCI) or similar requirement which may be contained in current or completed contract(s) which prohibits the prime or subcontractor from providing certain supplies or services to the Government as described above during the period of the current ""support"" contract(s) or for a period after completion of the ""support"" contract(s).� Notwithstanding the existence or non-existence of an OCI or similar requirement in current or completed contract(s), the Offeror shall comply with FAR subpart 9.5 and identify whether an OCI exists and not rely solely on the presence of an OCI or similar requirement.� (b)� Offerors also are reminded that certain potential conflicts of interest may arise where an Offeror has unequal access to nonpublic information about a competitor that may provide the Offeror with an unfair competitive advantage and preclude, restrict or limit participation, in whole or in part, either of the individual, subcontractor or prime contractor under this competitive procurement.� For example, a potential conflict may arise if former Department of Navy employee(s), subcontractors, or teaming partners of the Offeror may have gained access to nonpublic information about a competitor through participation in previous or ongoing performance or during the solicitation development/source selection process associated with this competitive procurement, and then participates in the formation of the Offeror�s proposal.� Other potential conflicts of interest may arise where either the former Department of Navy employee(s), subcontractors, or teaming partners of the Offeror under this competitive procurement set the ground rules for competition; for example, by drafting specifications or assisting in the drafting of the statement of work. General guidance may be found in FAR 3.101 and 9.505; however, this guidance is not all-inclusive.� (c)� If an Offeror identifies a potential conflict of interest that exists at any tier, that Offeror is requested to notify the Contracting Officer within 14 days of the date of this solicitation.� The Offeror shall provide:�(1)�the contract or previous source selection�s solicitation number and name and phone number of the Contracting Officer for the contract which gives rise to a potential conflict of interest; (2) a copy of the requirement; (3) the statement of work and technical instruction from the existing contract, as applicable; (4) a brief description of the type of work to be performed by each subcontractor under the competitive procurement; (5) a brief description of the individual�s, subcontractor�s, or teaming partner�s unequal access to nonpublic information about a competitor, which may lead to a conflict of interest in the formation of the Offeror�s proposal, or establishment of ground rules for this competitive procurement, as applicable; (6) an OCI mitigation plan, as applicable; and (7) any additional information the Contracting Officer should consider in making a determination of whether a conflict of interest exists.� The Government may independently verify the information received from the Offeror.� The requirement to identify potential conflicts of interest as outlined herein continues until contract award.� Notwithstanding the above, the Government reserves the right to determine whether a conflict of interest exists based on any information received from any source.� (d)� The Government will notify an Offeror of any conflict of interest within 14 days of receipt of all required information.� Those Offerors deemed to have a conflict of interest may be ineligible for award.� Failure to provide the information in a timely manner does not waive the Government's rights to make a conflict of inter...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/63099fec341647c38e10003687b20d69/view)
 
Place of Performance
Address: Seattle, WA 98134, USA
Zip Code: 98134
Country: USA
 
Record
SN06332081-F 20220521/220519230056 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.