16

l~veRY - The Columbia Group...CONTRACT NO. l~veRYORDER NO. NOO178-04·D-4028 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN • SUPPLIES OR SERVICBS tor FFP Itelll.; Item Supplies/Services

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

  • CONTRACT NO. I~LNERY ORDER NO.NOO178-04-D-4028

    GENERAL INFORMATION

  • CONTRACT NO. l~veRY ORDER NO.NOO178-04·D-4028

    SECTION B SUPPLIES OR SERVICES AND PRICES

    CLIN • SUPPLIES OR SERVICBS

    tor FFP Itelll.;

    Item Supplies/Services Qty

    0002 pabrication of Fil>er!llaaa COI'IIpQIl.8nt.s tor Swi_r Delivery Vehicle for the Navy Surface Warfare Cent...r P&I>.U\a Cit.y Florida

    1)1)020~ LINE OF ACCClJN'J'IHQ TO SUPPOR'l' 0002 IFMS Case I~-P-B

    'l'M}

    000202 LINE OF ACCOUNTING TO SUPPOIlT 0002 (FMS Caae 'UK-P-I 'I'M)

    000203 LINE OF ACCOtINTIHG TO SUPPORT 0002 (FMS Ca•• IUK-P-I

    'I'M}

    unit unit Price Total Price

    1. 0 Lot

    1. 0 Lot

    1.0 Lot

    SEE A'ITACHED STATEMENT OF WORK. MAIL INVOICES TO: NAVAL SURFACE WARFARE CENTER PANAMA CITY ATIN: XPS2.lC. ZIEMBA 110 VERNON AVENUE PANAMA CITY. FL 32407-7001

  • CONTRACT NO. \PAGENOO178-04-[)..4028 4 of 10

    SECTION C DESCRIPTIONS AND SPECIFICATIONS

    See attached statement of work (sow).

  • CONTRACT NO. I~~ERY ORDER NO.NO0178-()4..O.4()28

    SECTION D PACKAGING AND MARKING

    PLACE OF DELIVERY All items shall be delivered to: NAVAL SUPPORT ACI1VITY PANAM CITY RECEIVING OFFICER, BUILDING 100 PANAMA CITY BEACH. FL 32407-7018 FOB DESTINA nON THE CLAUSES IN SECTION D OF THE BASIC CONTRACT APPLY

    .-.---------~.......-,- ........ -.---.

  • CONTRACT NO. I~~Y ORDER NO.N00178-04-D-4028

    SECTION E INSPECTION AND ACCEPTANCE

    All items will be inspected and accepted by Government personnel at the Naval Support Activity, Panama City. Florida.

    -------....-......~ ...... --...-~--,-----......--.--......---~-~-----~

  • CONTRACT NO. tAGE NOO178-04-D-4028 7 of10 SECTION F DELIVERIES OR PERFORMANCE

    CLIN • DEUVERIES OR PERFORMANCE The period ofperformaru:e is from date oftaak order award through 14 November 2005.

    iI!..___, __ -n- ..._, ..... , .. ,-... ' ".~·.__A_-"'"""~__,_,,, , ...... __ .......R_... __..-........ ______·_·

  • CONTRACT NO. ~~RYORDER NO.N00178-G4-D-4028

    SECTION G CONTRACT ADMINISTRATION DATA

    Accounting Data

    SLINID PR NUmber Incremen~.l AMOunt

    000201 l#LA : AA 91X4930 KHIB 000 77777 0 000178 2F 000000 31R4T040UK02

    0002Q2 501164B~ !..LA , AS 97X4930 KH1B 000 77777 0 000178 2F 000000 llRRP040XMAS

    00020) 501164S7 LLA : AC 97X49l0 KHIE 000 77777 0 00178 2F 000000 31RRP040X4KP

    Task Order ManagerNancy J. Chamberlain, E42 110 Vernon Ave Panama City, FL 32407 nancy.chamberlainenavy.mil 850-234-4144

    SECTION H SPECIAL CONTRACT REQUIREMENTS

    SEcrlON H - SPECIAL CONTRACT REQUlREMBNTS THE CLAUSES IN SECI10N H OF TIm BASIC CONTRAcr APPLY.

    http:nancy.chamberlainenavy.mil

  • CONTRACT NO. NOO178-CJ4...D...402

    SECTION I CONTRACT CLAUSES

    TIlE CLAUSES IN SECTION I OF THE BASIC CONTRACT APPLY

  • CONTRACT NO. I~RYORDER NO.NOO178-04-D-4028

    SECTION J LIST OF ATTACHMENTS

    Statement of work Contract Data Requirements List, DO Form 1423 Drawing 6893471 Rev B Drawing 7648174 Drawing 1648329 Drawing 7648330 Drawing 7648354

  • STATEMENT OF WORK FOR

    SEAL DELIVERY VEBICLE COMPONENTS

    U SCOPE

    This Statement ofWork (SOW) describes the requinm:lenta neceasary!or the contractor to provide specified SEAL Delivery Vehicle MK 8 MOD 1 (SOY) BuD)'lIJJCy Foam and FibcrglQa components. The Naval Surface Warfare Center, Panama City (NSWC PC) point ofcontact for this SOW ill Mr. David Fonzi, Code E43, phone (850) (23S-SOIl).

    2.0 APLICABLE DOCUMENTS

    The fonowing documents, of the latest issue, forma part ofthis SOW to the extent specified herein. In the event of conflict between the documents referenced herein end the contents ofthis SOW, the CODtents of this SOW shall take precedence. Documcnta referenced in the primary references sbal.I be for guidance only.

    1.1 MlUtary Specification.:

    None

    1.2 MUitary Standard.:

    None

    2.3 Other Documents:

    SDV drawings as identified in section 4.3.1.

    NAVSBA Tech Pub T9074-AS-GJB..01010271, Requirements for Non-Destructive Testing Methods

    ANSI J ISO JASQ Q9OOI.2000, Quality Mat'18gemtDt Systems Requirements

    3.0 UQlJIR.EMENTS

    3.1 The contractor shall provide facilities labor and matmials 10 provide the following SDV subsystem componenta 8SIIC1IIbled and U:stcd in aceordance with the information identified in section 4.0.

    j1t.g I',s a. Beach,7648174-1,MastAssembly --- fkl 1 Il "7. "~ b. 13 each, 7648329-I,Strou;backMiddleCover ., - f)dL,. ?-

    (r ').. c. 13 each, 7648330-1, Stronghack Aft Covet ·tkl J ~1)/ ~ 13 each, 1648354-1. Trimming Foam) /"_0 I e. 13 each, 7648354-3, Trimming Foam I .... \ ~ ';)

    ') rto f. 13 each, 7648354-5, Trimming Foam ' wr 13 each, 1648354-7, Trimming Foam "-13 each, 7648354-9, Trimming Foam I' ,,/

    71\ 0 ...... o"V' L 6 each, 689347J.l, Upper Buoyancy Pod r ~ T 3.2 The contractor shall prowte and maintain a Quality ~ (QA) I Quality Control (QC) system in accordance with the requircmenta ofANSI!ASQC Q9OO2. The quality system procedures, p1anniDg, and an o1her documentation and data that comprise the quality Iyltem. .abalI be made available to the purchaser for review and approval. The purobaser may pcrfonn any necessary inspectione. validations, verifications and evaluations necessary to ascertain conformance and compliaDce to the requirements and adequacy oftbe implemented procedures. The purchaser mservc81hc right to disapprove the quality lyatem or portions thereof when it fails to

  • ........_._--------

    meet its contractual requirements. The supplier shall require of sub-tier suppliers a quality system that achieves control ofquality oftbc services and supplies provided.

    3.3 The contractor shall provide all of the Objective Quality Evidence (OQE) required by the component drawings identified in section 4.0 including completed teat procedures. material certifications, and certificates of compliancclconfol1IlllllCC, and all other OQE required by the drawings.

    4.0 GOVERNMENT FURNISHED INFORMATION

    The following SDV Drawings and NOb will be provided in electronic format as .pdffiles. Files (drawings and NORs) may be printed as required. Upon completion ofthe order, all files, electronic and/or printed, shall be destroyed in accordance with Paragraph 8.0 Destruction Notice.

    SDV Drawing No. Name

    6893471 Rev B Upper Buoyancy Pod 7005496 Rev - Cups 7648174 Rev- Mast Assembly 7648329 Rev - Strongback Middle Cover 7648330 Rev - Strongback Aft Cover 7648354 (preliminary) Trimming Foam

    5.0 DELIVERIES

    5.1 'The contractor shan provide delivcrables in accordance with attached Contract Data Requirements List, DD Fonn 1423, Exhibit A .. All CORL deliverablcs to NSWC PC, Code E43. 8hall be sent to Mr. David Fonzi's attention. All CDRL deliverablca to NSWC PC Code A09 shall·be sent to Mr. Bryan Schwab's attention.

    S.l Six (6) each of items a. through h. and three (3) each of item i. in Section 3.1, tugether with their OQE, shaD be delivered on or before 4 months after issuance of the order.

    S.3 The remaining seven (7) each ofitema a. tbroughh. and three (3) each ofitcm i. in Section 3.1, together with their OQE, shall be delivered on or before the end oftbe period ofperformance.

    SA The contractor shan package the hardWlR deliverables grouped and identified by subsystem for delivery to NSWC PC. Care shall be taken to ensure no damage ocCW'S to !be packaged components while in transit or storage.

    5.5 The contractor shall package the DQE separate from the hardware to be delivered to NSWC PC concurrently with the hardware with each OQE package correspoDding to • hardware delivery. The OQE shall be grouped by the hardware (e.g., part number and serial number etc.) it represents 10 that the OQE can be easily and accurately identified with specific hardware.

    6.0 PERIOD OF PERFORMANCE

    The period ofpcrfonnance shall be 8 months from issuaDce of~ order.

    7.0 SECURITY

    This is an UNCLASSIFIED effort. 1be contractor will not require access to classified information. All work generated by the contractor will be UNCLASSIFIED.

    8.0 DISTRIBUTION LIMITATION STATEMENT

    Technical documents generated under this talk shall carry the follo~ handling statements affixed to the cover and title page.

  • .. Distribution authorized 10 Department ofDefeoae and U.S. DOD ~DtractorS only; Administrative/Operational use; IS Jun 90. Other requests shan be referred to CNO (OP-~1).

    No distribution of thia drawing sbaJl be made to OTIC

    No secondary dis1ribution authorized without prior writmn approval ofCNO (OP3 I).

    DESTRUcnON NOTICE - For c1assified docmneDts. thllow the procedure& in DOD S220.22-M. National Industrial Security Operating Procedures Manual" Chapter s. Section 7 or DOD S200.I-R. Information Secmity program Regulation. FOR UNCLASS1PIED LIMITED DOCUMENTS, des1rOy by any method that will prevent disclO$ure ofcontents or reconstruetion ofthe doCWXltmt

    WARNING - This document ~ntains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or the Export Administration Act of 1979, as amended Title SO, U.S.C., App. 2401 et seq. Violations ofthese export laws are subject to sever criminal peoa.Ities.. Disseminate in accordance with provisions ofDOD Directive 5230.25.

    Any data or portion thereof carrying the above statement must be submitmd to the Naval Surface W mare Center, Panama City and be approved for public release prior to any public display or presentation.

    t.O RELEASE OF JNFORMATION

    All technical data provided to the Contractor by the GovemJl'ltDt shall be protected from public disclosure in accordance with the marlcingt contained thereon. An other information relating to items to be delivered or services to 1M pc:rfbtmcd under this contract shall not be disclosed by any means without prior written approval of the authorized mprescmtative oftbe Contraction OfI'icer. Dissemination or public disclosure includes, but is not limited to, permitti:ng access to such information by foreip nationals or by a:rry person or entities; publication ofscientific or teclmical papers, advertiling. or any otber proposed public release. The Contractor shall provide adequate protection to such information so as to preclude accea to any ~ or entity not authorized such 8CCC8S by the Governmeut.

    10.8 PJlltFORMANCE BASED REQUIREMENTS

    This requirement is performance based. The standards for performance, the acceptable quality level (AQL).. performance monitoring plan aDd incenti~ are defined as folloWl:

    Required Semce Standard AQL ReqalreJl1ellt Method of Surveillance PosIdveINegatlve Incentive

    On time delivery Delivered on Delivered on time T.OM/I'eclmical POC 1% reduction in or betbre due date verification ofdelivery fixed price ifAQL

    requirement iI not met

  • CONTRACT DATA REQUIREMENTS UST Farm~ OIISNo.~1IIIt (2 DflIa Items)

    ="~~~=~':=::;::;~;=~~~:':~~~"~ ,~-:::::::~cllII"CClIII:IIIln clWOtII'IIlIon.I~~.• ~ to~rA~w~ '~~larlnlom'lllllan ~,and AIIpoIIs. 1215 .IIII'et.an DmIIa ~:t. BuI,*.1204. n:I 10 \he OIID d ~ and BudIIII. PII~ R8ckid1an I'r!:;IIo:t:.: ..; o:~. "'-IXINOTIllmJIIN - ...~ a.nd_....,tfO""IDIIIe~lIIuInaConDcllnllom-for

    -A. CONTRACT LINE ITeM NO. [" EXfDBIT A r 1M OnlER I). ............"'" II. :1'10._ f ................. , ...~ SDV Componentl NOO178S0116487189191 1. DATArTEMNO. 12. TmEOFDATAITEM 3. 8U8TIl1.E AOO3 Technical Report "¥- -J' Quality Evidcm:e

    •4. I\IIT1'K.IIVlT ,DOC:UmIIII No.1

    I~owDI-MlSC-80S08A - I. -'-- 3.0&".0 CSSCodc:: 643 17. 002liORCa 19....... , .,..,,,,,...,'", 10. 112. DATE Of' FlMT 14-

    LT REQUIRED ASREQ See block 16 l1. COPIES III. N'PCODii Sec:: SOW 11. AS 01' DATE 13.~~~~ e. AOORESSEE DrIll'! ANI

    paragraph 8.0 See block 16 Rag RlIpo 18. RENAAI

  • r "-AppIfNfIdCONTRACT DATA R~aL"·'" .n:t LIST 0MIJ_.~'1111 (2 Oats Ilem$) ~~;=:j==::"'::;:nd·==;~~~~~:~=':~~~~-====of 1nIcmIIIIcn. Inc:IudIntI ~ ..... rlllllIdnIIlNII """*' lei ~ 01 DIhrIa. WIIIhI.... ~ ~ for lJIfCI'mdan ~~~ 12111 ............ .".. HIQIMer..... 1204. ~. VA ~Mt lei tie 0IIce 1JI .......,.,JlII'ld iBucIgoII. I'aperwcrk R.Iudfon Prqect =~~" ,N;..:II"j'Iro~~· ...... DO NOTfE'I'lJRtot )QjI'fonnllHllh,Gf"'----. SIN ~fclmlO"'~ IMuInO ~noOlllcorfor

    IA. ""'".""'" r lINE ITEM NO. B. I:RtIIIITI A 1M OTHERr'

    IIi. ......... 10.......-=-.."'" I F. """""""""''''' NOOI18S0116487/89191SDV

  • SECTION L INSTRUCTIONS. CONDmONS, AND NOTICES TO OFFERORS

    1.0 GENERAL

    The pwpose of this procurement is to obtain professional8upport services under a task order for Fabrication ofFiberglass Components for the Swimmer Delivery Vehicle for the Naval Surface Warfare Center-Panama City 88 specified in the statement ofwork. Each Offeror D1UIt submit an offer; (b) submit electronically information pcrtaimng to technical capability; and (c) aubmit supporting cost or price data. The Oovemmcnt will evaluate each offerors uuderstanding ofthe GoVC!'IIInenta requirements and ability to perform the work on the basis of its proposal.

    2.0 INSTRUCTIONS FOR SUBMlSSION OF OFFERS

    Proposals mnat be submitted electronically DO later than 3:00 pm CST via the SEAPORT F..t:Ihanced Site. Offerora must COIJ1)ly with the detaDed iDstructiODfl for the format and content of the proposals; proposals that do not comply may be considered non-tapODSive and may render the offeror ineligible for award. In order to maximize efficiency and minjmize the effort involved in the Proposal evaluation process, all offerors shall submit their proposaJs in accordance with the format prescated below.

    2.1 no narrative material in the Proposal shall be typewritten with type no smaller than 12 point, 10 pitcb. single-spaced, on one side ofa ahcct 8-1/2 ind.ICI by 11 inches. Matgin.s shall be ODe inch on all sides. In the event photo reduction is used for graphs and drawiDp. their pR'llleDtation rmut be clear and legible. No graphics, pictures, (other than the milestone and deliverable. schedule chart) or hyperliDb. Microsoft Office compatlole files are requiICd. The technical portion of the Proposal shall not exceed ten (10) pagel in length as specified below.

    2.2 Evaluation Factors

    The evaluation factors are as follows:

    Factor 1.0 - Technical Compekmce. Per80mJeI Quali.fications Illd Understanding of the Fabrication ofFibergla.ss ComporJents for the Swimmer Delivery Vehicle for the Naval Surface Warfare Center - Pauam& City

    Factor 2.0 - Past Perfotmance Factor 3.0 - Cost

    2.2.1 Factor 1.0 -limit eight (8) pages including resumes (in standard company fOIIDllt).

    DeIOOnstrate In understanding of the requiremeDts coni:&ined in the StBkrnent ofWork (SOW), the competence to perfonn the requirements and an 1.IDC1crata.ndi oCtile Fabrication ofFiberglus Component8 for the Swimmer Delivery Vehicle for the Naval Surface WIIl'f'mI CenIm' - PUIIma City as specified in the stateDlCDt of work. Provide a brief milestone and deliverable chart and a spend p!,an for the SOW period ofperformance. Provide resumes ofthe peraonn.el (lead fiberglass erafI:sman is primary person) who will be assigned to work on the task order. Contractor shall atblcb an electronic copy ofbia Quality As8Ui'anoelProgram Plan to his proposal. 1bis document (QAIP Piau) is not part of the page count for Factor 1.0.

    2.2.2 Factor 2.0 - limit two (2) pages

    Provide three (3) put perfol'lDllDCe references that refleet recent telcvant experience performed within the last four (4) years. Include conuactldelivery order mnnben, contract types, program name, total contract COlt. short description afthe work peIformed. names and valid contact information (telephone numbers, e-mail addresses, snail mail addresses, etc.) for the Procuring Contracting Officer (Poo), Contracq Officers Representative (COR) etc.

    2.2.3 Factor 3.0 - Cost

    TBD BY CONTRACT SPECIAlJST

    ..

    -.....~.--'....._ .... ..,." •• _ ....... ~ .&00 ..._ ........ # ............__......;r ..____ • __ • ____• _.__,,-.n ... __ _ ,..______.. ___..__________ ... . •

    value. Ofrerors are. a~ed that the O~vernment leeks P~ that demonstrate the greatest tcclmical ability at a reasonable and rcali5t1C.COSt. Award.will be made to that tcdmically superior offeror whose proposal represents the greatest value. Value will be determined for each proposal by weighing the degree oftechnical superiority the risk o(non-performance, aod the cost As a result of the foregoing methodology. the Government may award t~ other than the low offeror. .

    I

    http:peraonn.elhttp:ofFibergla.ss

    2347_001.pdfTO0006-REDACTED.pdf