United States - Urgent requirement for usns Cesar chavez- vulkan couplings annual inspection

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
31 July 2019
Opportunity publication date
27 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 26, 2019 11:04 am

Military Sealift Command Combined Synopsis and Solicitation Notice Information

1. 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 N3220519Q4570 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 (FAC) FAC 2019-03, Effective 12 Jul 2019, DFARS: 20190628, Effective 28 Jun 2019, located on http://acquisition.gov/.
4. The associated NAICS code is 811310 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.
1 is not being set-aside for small businesses.
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:

SERVICES
This is a Sole Source Requirement for AMERICAN VULKAN CORPORATION, service requirement specified in the equipment Technical Manual or component drawing for the specific piece of equipment.
CLIN DESCRIPTION QUANTITY PRICE
0001 Labor and Materials to Accomplish SOW for USNS CESAR CHAVEZ- VULKAN COUPLINGS ANNUAL INSPECTION -Jebel Ali, Dubai 10/22/2019-11/12/2019
1
6. STATEMENT OF WORK:
1.0 ABSTRACT:
1.1 This item describes the requirement for performing annual inspection of four Main Diesel Generator (MDG) Couplings and one Emergency Diesel Generator (EDG) Flexible Coupling. Perform inspection, check alignment, recognize problems on components/systems, and ensure/restore operational reliability. To include the installation of the coupling stabilizers for each MDG Coupling.
2.0 REFERENCES:
2.1 Technical Manual, Vulkan Coupling, Tech Doc DOKU1G531W0013E
2.2 Technical Manual T9233-CF-1MC-070/020; Diesel Engines, Main Power Generation, Model 9L 48/60 and 8L 48/60, Volume E1-E4 for Main Diesels
2.3 T-AKE Class Notice 015 - Main Diesel Generator Couplings
3.0 ITEM LOCATION/DESCRIPTION:
3.1 Location/Quantity:
3.1.1 Location:
3.1.1.1 Main Machinery Room (5-66-0)
3.1.1.2 Emergency Diesel Generator Room (02-70-0)
3.1.2 Quantity:
3.1.2.1 Four (4) ea Main Diesel Engines
3.1.2.2 One (1) ea Emergency Diesel Generator
3.2 Item Description/Manufacturer's Data:
3.2.1 Refer to References.
4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES:
4.1 Government Furnished Equipment:
4.1.1 QTY: 4 (EA), LF-171, VULKAN Stabilizer Link Kits
4.2 Government Furnished Material: None
4.3 Government Furnished Services: None
4.4 Government Furnished Information: None.
5.0 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 regardless of tier must comply with the requirements of all applicable GTRs.
5.2 The contractor and all subcontractors regardless of tier are advised to review the other work items under this contract to determine their effect on the work required under this work item.
5.3 THIS SHIP CONTAINS HIGH VOLTAGE (HV) ELECTRICAL SYSTEMS. OBEY ALL POSTED AND VERBAL INSTRUCTIONS REGARDING SAFETY AND EXCLUSION FROM HIGH VOLTAGE AREAS. AT NO TIME APPROACH, WORK ON, OR ENTER A HIGH VOLTAGE AREA WITHOUT PROPER AUTHORIZATION.
5.4 THE T-AKE CLASS ELECTRICAL COLOR CODING DOES NOT FOLLOW CONSISTENT COLOR SCHEME. THE SHIP IS KNOWN TO HAVE CURRENT CARRYING CONDUCTORS COLORED GREEN, BLUE, BLACK, AND WHITE. ASSUME ALL ELECTRICAL CABLES ARE ENERGIZED UNTIL TESTED AND PROVEN OTHERWISE. TEST ALL ELECTRICAL CABLES TO ENSURE THEY ARE DE-ENERGIZED PRIOR TO WORKING ON THE ITEM.
6.0 QUALITY ASSURANCE REQUIREMENTS: None additional.
7.0 STATEMENT OF WORK REQUIRED:
7.1 This Statement of Work (SOW) requires maintenance and repair actions to be performed on a MSC ship critical safety item. Only original equipment manufacturer (OEM) authorized technical field service providers or MSC qualified non-OEM technical field service providers, and OEM authorized or MSC qualified non-OEM parts shall be used to accomplish the requirements of this SOW for this ship critical safety item including oversight and guidance on all aspects of equipment as-found condition inspection, removal, disassembly, reassembly, repairs, modifications, reinstallation, and testing as applicable.
7.1.1 Contractors interested in gaining MSC qualification as a non-OEM parts and/or service provider should visit this website for qualification and submittal requirements: https://procurement.msc.navy.mil/.
7.2 Tag-Out all required systems and equipment.
7.3 Provide the services of a certified VULKAN Field Technical Representative to inspect all four MDG couplings and one EDG Flexible coupling using References 2.1, 2.2, 2.3, and work card 000.09 as guidance.
7.4 VULKAN Tech to install the coupling stabilizers for each of the 4 MDG Couplings. This is a VULKAN MOD that they are installing.
7.4.1 Provide 2 machinists to support the VULKAN Tech in the installation of the Stabilzers Installation, Approximately 2 MDG Couplings completed Each day for a total of 2 days.
7.5 Ensure that all fasteners are bagged, tagged, and labeled for reuse. Inspect all fasteners prior to reuse.
7.6 Visual Inspections:
7.6.1 Clean all surfaces of the Flexible Coupling prior to performing visual inspections.
7.6.2 Perform Visual Inspection of the rubber elements for any defects such as cracks.
7.6.3 Perform Visual Inspection of all accessible membrane and ring parts.
7.7 Torque Checks:
7.7.1 All instruments/tools that require calibration shall have a current calibration label affixed to it.
7.7.2 Check coupling bolt torques to OEM specification and verify no loose bolts.
7.7.3 Perform hydraulic torque checks on slewing ring bolts, indicating 20% of the total bolts.
7.7.4 Ensure segments are installed in the proper orientation and fasteners are installed in the correct location and torque.
7.7.5 Connecting Link Fasteners:
7.7.5.1 Validate that the Flexible Coupling Connection link torque meets the OEM specification.
7.7.5.2 Torque shall be witnessed by MSCREP and documented. Provide data to the MSCREP via Condition Report.
7.8 Alignment Check:
7.8.1 Perform generator to engine alignment checks with laser alignment tool using Reference 2.1 as guidance.
7.9 Preparation of drawings/report:
7.9.1 Provide a final detailed condition report detailing at a minimum, conditions found, work accomplished, parts replaced, alignment measurements, torque, pictures, and any recommendations to the MSCREP. Report shall be hard copy and electronic PDF format.
7.10 Manufacturer's Representative:
7.10.1 Provide the services of a certified VULKAN Field Technical Representative to observe all inspections and oversee the re-torque of all connecting link fasteners.
7.10.2 Source:
7.10.2.1 American Vulkan Corporation
2525 Dundee Road
Winter haven, FL 33884
Phone: 863-324-2424
Fax: 863-324-4008
Email: vulkanusa@vulkanusa.com
8.0 GENERAL REQUIREMENTS: None additional.

7. 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 11:00 AM EST (Norfolk, VA local time) on 7/31/2019. Quotes may be e-mailed to Arnita Waters at arnita.waters@navy.mil. If more time is needed, please contact soonest. 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.mil
Secondary Point of Contact: Donnie Leger, (757) 443-5900, donnie.leger@navy.mil
The 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 Date
52.204-7 System for Award Management Oct-18
52.204-7 Alt I System for Award Management Oct-18
52.204-9 Personal Identity Verification of Contractor Personnel Jan-11
52.204-13 System for Award Management Maintenance Jul-13
52.204-16 Commercial and Government Entity Code Reporting Jul-16
52.204-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation Jan-17
52.232-39 Unenforceability of Unauthorized Obligations Jun-13
52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec-13
52.247-34 F.o.b. Destination Nov-91
252.203-7000 Requirements Relating to Compensation of Former DOD Officials Sep-11
252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep-13
252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
252.204-7000 Disclosure of Information Oct-16
252.204-7003 Control of Government Personnel Work Product Apr-92
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Oct-16
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct-16
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May-16
252.211-7003 Item Unique Identification and Validation Mar-16
252.211-7008 Use of Government-Assigned Serial Numbers Sep-10
252.215-7007 Notice of Intent to Resolicit Jun-12
252.215-7008 Only One Offer Oct-13
252.223-7008 Prohibition of Hexavalent Chromium Jun-13
252.225-7000 Buy American--Balance of Payments Program Certificate Nov-14
252.225-7001 Buy American and Balance of Payments Program Dec-16
252.225-7002 Qualifying Country Sources as Subcontractors Dec-16
252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States. Jun-15
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Mar-08
252.232-7010 Levies on Contract Payments Dec-06
252.243-7001 Pricing of Contract Modifications Dec-91
252.244-7000 Subcontracts for Commercial Items Jun-13
252.246-7003 Notification of Potential Safety Issues Jun-13
252.246-7008 Sources of Electronic Part May-18
252.247-7023 Transportation of Supplies by Sea Apr-14
 
13. 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 Conditions
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.
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.

Opportunity closing date
31 July 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Navy MSC Norfolk (N32205) United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?