Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
REQUEST FOR QUOTATION
Return RFQ Response to:
WASHINGTON RIVER PROTECTION
SOLUTIONS, LLC
PO BOX 850 MSIN H6-16
RICHLAND WA 99352
Please Direct Inquiries to:
THIS IS NOT AN ORDER!
Vendor:
RFQ Number
Issue Date
Due Date
Due Time
Page
ANA F. RODRIGUEZ
Title: PROCUREMENT SPECIALI
509.376.2739 Phone:
Authorized Signature
Vendors Signature
RFQ Type: STANDARD RFQ Quote Duration
Payment Terms
Line Quantity UP Item Description
0001 EA Catalog ID : 0000691184 3
Need Date
2
03/18/2019 Destination RICHLAND
Description: TEST, CERTIFY & SHIP PER RPP-SPEC-41919,
REV 1., ADDITIONAL LAWRENCE PUMP INC. DWGS
AVAILABLE, INCLUDING PUMP ASSYM., PARTS
LIST, & PUMP SHAFT; VENDOR QUALITY PROGRAM
SHALL BE CERTFIED & MEET THE REQUIREMENTS OF
ATTACHED QAR;
ANALYSIS, ROTORDYNAMIC ANALYSIS, CRITICAL
SPEED ANALYSIS, LIFTING ANALYSIS), SEE RRP-
SPEC-41919, SECTION 3.2.3, FOR CRITICAL
DIMENSIONS TO BE MAINTAINED, AND SECTION
5.0 FOR A FULL LIST OF REQ'D SUBMITTALS ALL
PRESSURE BOUNDARY AND ROTATING PARTS SHALL
HAVE CERTIFIED MATERIAL TEST REPORTS
CMTR'S) OR CERTIFICATES OF CONFORMANCE (C
OF C'S); SEE SECTION 1.0 FOR LISTING OF GOV'
FURNISHED EQUIPMENT WHICH INCLUDES PUMP
CASING & HANFORD SPECIALTY ELECTRICAL AND
MECHANICAL CONNECTORS, VENDOR SHALL
PREPARE A FABRICATION, INSPECTION & TEST
(FIT) PLAN (TRAVELER) AND SUBMIT TO WRPS FOR
REVIEW & APPROVAL AND INCLUSION OF BUYER
ENGR., & QA WITNESS AND/OR HOLD POINTS PRIOR
TO THE START OF FABRICATION; CERTIFIED WELD
INSPECTOR (CWI) DOCUMENTATION, WELD
PROCEDURES & WELDER QUALIFICATIONS AND NDE
PROCEDURES & PERSONNEL QUALIFICATIONS
SHALL BE SUBMITTED FOR APPROVAL WITH THE
TRAVELER PRIOR TO THE START OF FABRICATION;
PERFORM WELDING, WELD INSPECTION & NDE PER
SPEC SEC. 4.2.1, 4.2.2, & 4.3.1; INSPECTION &
TEST REPORTS SHALL BE PROVIDED FOR ALL WELD
INSPECTION, NDE, PRESSURE TESTING, MOTOR
DRIVER TEST, DIMENSIONAL VERIFICATION (REF.
SPEC SEC. 4.3); SEE SPEC SEC. 6.0 FOR
PRESERVATION, PACKAGING, HANDLING &
SHIPPING REQUIREMENTS. SEE ATTACHED COPY
OF THE QAR FOR QUALITY ASSURANCE PROGRAM
REQUIREMENTS AND THE MSR & VSDM FOR COMPLETE
DOCUMENT SUBMITTAL REQUIREMENTS. (REF.
RPP-SPEC-41919 REV. 1, SEC. 5.0). ALSO, SEE
ATTACHED COPY OF PUMP CURVE.
%
WA
Days
MR-18-04356
08/16/2018
09/04/2018
5:00 PM PST
1
Net Days
Unit Price
REQUEST FOR QUOTATION
THIS IS NOT AN ORDER!
Return RFQ Response to:
WASHINGTON RIVER PROTECTION
SOLUTIONS, LLC
PO BOX 850 MSIN H6-16
RICHLAND WA 99352
P-B-1 PUMP SHALL BE LIKE-FOR-LIKE AS MUCH AS DELIVERABLES INCLUDE AS-BUILT
DRAWINGS AND CALC PACKAGE (SEISMIC ANALYSIS, ROTORDYNAMIC ANALYSIS, CRITICAL
SPEED ANALYSIS, LIFTING ANALYSIS), SEE RRP-SPEC-41919, SECTION 3.2.3, FOR
CRITICAL DIMENSIONS TO BE MAINTAINED, AND SECTION 5.0 FOR A FULL LIST OF REQ'D
SUBMITTALS ALL PRESSURE BOUNDARY AND ROTATING PARTS SHALL HAVE CERTIFIED
MATERIAL TEST REPORTS CMTR'S) OR CERTIFICATES OF CONFORMANCE (C OF C'S); SEE
SECTION 1.0 FOR LISTING OF GOV' FURNISHED EQUIPMENT WHICH INCLUDES PUMP CASING &HANFORD SPECIALTY ELECTRICAL AND MECHANICAL CONNECTORS, VENDOR SHALL PREPARE A
FABRICATION, INSPECTION & TEST (FIT) PLAN (TRAVELER) AND SUBMIT TO WRPS FOR REVIEW &APPROVAL AND INCLUSION OF BUYER ENGR., & QA WITNESS AND/OR HOLD POINTS PRIOR TO
THE START OF FABRICATION; CERTIFIED WELD INSPECTOR (CWI) DOCUMENTATION, WELD
PROCEDURES & WELDER QUALIFICATIONS AND NDE PROCEDURES & PERSONNEL
QUALIFICATIONS SHALL BE SUBMITTED FOR APPROVAL WITH THE TRAVELER PRIOR TO THE
START OF FABRICATION; PERFORM WELDING, WELD INSPECTION & NDE PER SPEC SEC. 4.2.1,
4.2.2, & 4.3.1; INSPECTION & TEST REPORTS SHALL BE PROVIDED FOR ALL WELD
INSPECTION, NDE, PRESSURE TESTING, MOTOR DRIVER TEST, DIMENSIONAL VERIFICATION
(REF. SPEC SEC. 4.3); SEE SPEC SEC. 6.0 FOR PRESERVATION, PACKAGING, HANDLING &SHIPPING REQUIREMENTS. SEE ATTACHED COPY OF THE QAR FOR QUALITY ASSURANCE
PROGRAM REQUIREMENTS AND THE MSR & VSDM FOR COMPLETE DOCUMENT SUBMITTAL
REQUIREMENTS. (REF. RPP-SPEC-41919 REV. 1, SEC. 5.0). ALSO, SEE ATTACHED COPY OFPUMP CURVE.
Manufacturer
Model
Lead Time Days
Part
Unknown
P-B-1
Method of Shipment FOB
RFQ Number
Issue Date
Due Date
Due Time
MR-18-04356
Page
08/16/2018
09/04/2018 5:00 PM PST
2
FOB Point
B065
B076
B079
B085
INSPECTION AND TEST REPORT
NATIONALLY RECOGNIZED TESTING LABORATORY
PRCMT OF POTENTIALLY SUSPECT OR COUNTERFEIT
CERTIFICATE OF CONFORMANCE
PACKAGING/SHIPPING PROCEDURES
REQUEST FOR QUOTATION
THIS IS NOT AN ORDER!
Return RFQ Response to:
WASHINGTON RIVER PROTECTION
SOLUTIONS, LLC
PO BOX 850 MSIN H6-16
RICHLAND WA 99352
RFQ Number
Issue Date
Due Date
Due Time
Page
Fae Standard Name Rev S/P Text
000 p y
y
y
y
y
y
y
y
y
y
MR-18-04356
08/16/2018
09/04/2018 5:00 PM PST
3
y
B007
B013
B016
B022
B025
B028
B031
B034
B037
B049
B052
B065
B076
B079
B085
001 p
000 p
002 p
000 p
001 p
004 p
000 p
000 p
002 p
000 p
006 p
003 p
005 p
002 p
y
Line Terms and Conditions - Text at End
CERTIFIED QUALITY PROGRAM
FABRICATION/INSPECTION/TEST PLAN (TRAVELER)
SOURCE INSPECTION
NONCONFORMANCE DOCUMENTATION AND REPORTING
CERTIFIED WELD INSPECTOR (CWI)
WELDING PROCEDURES AND QUALIFICATIONS
NONDESTRUCTIVE EXAMINATON PROCESS
IDENTIFICATION OF ITEMS
IDENTIFICATION AND TRACEABILITY OF ITEMS
CERTIFIED MATERIAL TEST REPORT
INSPECTION AND TEST REPORT
NATIONALLY RECOGNIZED TESTING LABORATORY (NRTL) LISTED
OR LABELED
PROCUREMENT OF POTENTIALLY SUSPECT COUNTERFEIT ITEMS
CERTIFICATE OF CONFORMANCE
PACKAGING/SHIPPING PROCEDURE
y
y
y
RFQ NO: MR-18-04356
4 of 35
1.0 Solicitation
1.1 Proposal Submittal
1. Proposals are to be received by the close of business (5:00 p.m. PST) Monday, September
04, 2018.
2. Other Proposal Methods
Proposals, upon approval by the authorized procurement representative, may be submitted by
electronic mail, telephone, or facsimile. When requested, the original proposal and
certifications shall be sent to the authorized procurement representative as confirmation.
3. Late Proposals
Any proposal received at the office designated in the solicitation after the exact time specified
for receipt will not be considered unless it is received before award is made, and:
a. It was sent by registered or certified mail not later than the fifth calendar day prior to
the date specified for receipt of offers (e.g., an offer submitted in response to a
solicitation requiring receipt of offers by the 20th of the month must have been mailed
by the 15th or earlier); or
b. It was sent by mail, telephone, telegram or facsimile as specified by the authorized
procurement representative and it is determined that the late receipt was due solely to
mishandling upon receipt; or
c. It is the only proposal received.
4. Proposal Changes
Any modification of a proposal, including a modification resulting from the authorized
procurement representative’s request for a “best and final offer” is subject to the same
conditions as in the “Late Proposals” section above.
5. Withdrawal of Proposals
Proposals may be withdrawn by written or electronic notice received at any time prior to
award. An Offeror or its authorized representative may withdraw proposals in person,
provided its identity is made known and he signs a receipt for the proposal prior to award.
6. Questions Regarding the Request For Quotation
The Offeror must submit any comments or questions regarding the solicitation by email to
the Procurement Specialist no later than Noon, Wednesday, August 22, 2018. The
Offeror may transmit questions and comments via fax or e-mail. The Procurement
Specialist will answer all questions in writing for the benefit of all prospective Offerors.
Oral explanations or instruction given before the award of the contract will not be binding.
1.2 Solicitation Amendments
The Procurement Specialist may issue one or more amendments to the solicitation to make changes
or to resolve any problems regarding this solicitation. The Procurement specialist will issue the
RFQ NO: MR-18-04356
5 of 35
amendment in time for prospective Offerors to incorporate any changes into their proposals. If this
solicitation is amended, then all terms and conditions that are not amended will remain unchanged.
YOUR FAILURE TO ACKNOWLEDGE THE RECEIPT OF THE AMENDMENT AT THE
DESIGNATED LOCATION BY THE SPECIFIED DATE AND TIME MAY RESULT IN
REJECTION OF YOUR OFFER.
1.3 Small Business Set Aside
Proposals made under this solicitation shall be from small business concerns, including;
Disadvantaged, Women Owned, Veteran Owned, Service Disabled Veteran Owned and HUBZone
small businesses. Proposals received from concerns that are not small businesses shall not be
considered for this solicitation. Disadvantaged, Women Owned, Veteran Owned and Service
Disabled Veteran Owned may self Certify to these categories as defined by the Small Business
Administration (www.sba.gov). HUBZone businesses must be certified by the Small Business
Administration.
1.4 Requirements for Supporting Price Information of Certified Cost or Pricing Data
The offeror is required to submit certified cost or pricing data in support of the proposal, unless
exempted by the authorized procurement representative under FAR 15.403-1.
In lieu of submitting certified cost or pricing data, offerors may submit a written request for
exception by submitting the information described in the following paragraphs. The authorized
procurement representative may require additional supporting information to the extent
necessary to determine whether an exception should be granted, and whether the price is fair and
reasonable.
1. For items where pricing is controlled, by law or regulation, by periodic rulings,
reviews, or similar actions of a governmental body; identify and submit the
controlling document establishing the price offered.
2. Commercial item exception. For a commercial item exception, the offeror shall
submit, at minimum, information on prices at which the same item or similar
items have previously been sold in the commercial market that is adequate for
evaluating the reasonableness of the price of this acquisition. Such information
may include:
a. For catalog items, a copy of or identification of the catalog and its date, or
the appropriate pages for the offered items, or a statement that the catalog
is on file in the buying office to which the proposal is being submitted.
Provide a copy or describe current discount policies and price lists
(published or unpublished), e.g., wholesale, original equipment
manufacturer, or reseller;
RFQ NO: MR-18-04356
6 of 35
Also explain the basis of each offered price and its relationship to the
established catalog price, including how the proposed price relates to the
price of recent sales in quantities similar to the proposed quantities;
b. For market-priced items, the source and date or period of the market
quotation or other basis for market price, the base amount, and applicable
discounts. In addition, describe the nature of the market;
c. For items included on an active Federal Supply Service Multiple Award
Schedule contract, proof that an exception has been granted for the
schedule item.
3. Additional supporting information, to the extent necessary to determine whether
the price is fair and reasonable.
Requirements for Certified Cost or Pricing Data
If the offeror is not granted an exception from the requirement to submit cost or pricing
data, the following applies:
a. The offeror shall prepare and submit cost or pricing data and supporting
attachments in accordance with Table 15-2 of FAR 15.408.
b. As soon as practicable after agreement on price but before contract award
(except for unpriced actions such as letter contracts), the offeror shall
submit a Certificate of Current Cost or Pricing Data, as prescribed by
FAR 15.406-2.
Subcontract requirements for certified cost or pricing data. If the offeror intends to issue
a subcontract in performance of this requirement and it is expected to exceed the
threshold for the submission of cost or pricing data at FAR 15.403-4, the subcontractor is
subject to the above requirements.
The offeror grants the WRPS the right to examine, at any time before award, books,
records, documents, or other directly pertinent records to verify any request for an
exception under this provision and the reasonableness of price. For items priced using
catalog or market prices, or law or regulation, access does not extend to cost or profit
information or other data relevant solely to the offeror’s determination of the prices to be
offered in the catalog or marketplace.
RFQ NO: MR-18-04356
7 of 35
1.5 Facsimile/Telephone Proposals
To meet this solicitation’s due date, your proposal may be submitted by telephone, email or
facsimile. If any of these methods are utilized to submit the offeror’s proposal, a written
confirmation will be provided to the authorized procurement representative.
To send a facsimile or email, address the facsimile to the authorized procurement representative
and include a solicitation number or Subcontract/Purchase Order number for reference along with
the specific information requested in the solicitation.
The Authorized Procurement Representative’s contact information is:
Email Address: [email protected]
Phone Number: (509)372-2739
1.6 Buyer Not Obligated
WRPS is not obligated to pay any costs incurred in the preparation and submission of Offeror’s
proposal, nor required to enter into a subcontract or any other arrangement with Offeror Proposal
Submittal.
1.7 General Proposal Requirements
Organize the proposal as outlined below. Prepare the proposal simply and economically and
provide a straightforward and concise presentation of the information requested in the
Solicitation Request. Additional information requested shall include the following:
- What key requirements are cost/schedule drivers?
NOTE: Consolidation of RFIs- when preparing RFI consolidate comments/questions to a single
RFI per work task. Issuing multiple RFI on the same line items for the same task is more
efficient and cost effective. RFIs shall be part of your proposal. Costs of preparation and
submittal of said RFIs shall be included.
1.8 Volume I - Technical Proposal
WRPS will evaluate Offeror’s technical capabilities/qualifications as well as its pricing for the
requirements specified in the request for quote. Offeror’s technical approach shall demonstrate a
complete understanding of the system description and specification. Offeror’s proposal must
contain a brief discussion of its technical qualifications and capabilities. This discussion should
not exceed 20 pages and should briefly address:
Acknowledgement of meeting required delivery date of March 18, 2019.
Offeror must have a working and implemented ISO-9001 Quality system or equivalent.
Offeror must have a documented history of successfully building and testing pumps that
have been installed and operated.
Past Performance and Work Experience: Offeror shall provide prior experience in the form
of previous purchase orders, details of work, etc. concerning similar pumps (similar
configuration, size, and performance) and testing of pumps. Offeror may also provide
information of comparable complexity to that detailed in the Request fo
Quote.
RFQ NO: MR-18-04356
8 of 35
Offeror must demonstrate capability to provide all required submittals under the
requirements of the specification.
Offeror must have onsite testing capabilities and must be able to test the pump assembly to
the requirements found in RPP-SPEC-41919.
Note any Clarifications or changes to the design media needed are to be submitted with the
proposal
An acknowledgement that the Request for Quote is fully understood and that Offeror has
resources qualified to perform the work.
An explanation on the approach the Offeror will take to meet the requirements. This also
includes the commitment of the offeror to assure the technical adequacy of products
provided in the specified timeframe.
Offeror shall provide a detailed description of the proposed pump, at a minimum depicting
the following: (1) motor (2) how the interface critical dimensions will be met (3) Seismic
Design/Analysis technique (4) The use of critical dimensions and datums (5) Technique for
Rotor Dynamic Analysis and Critical Speed Analysis and (6) Schedule for completion of
this project
An acknowledgement of compliance with Buy American Act.
An acknowledgement Offeror is enrolled in E-Verify.
Validate that your firm is registered in the System for Award Management (SAM,
www.sam.gov)
Exceptions to Specifications/Alternate Proposals
1.9 Volume II – Business and Price Proposal
Please provide detailed description on cost/pricing information (Labor costs, Material Costs,
Fabrication Costs, etc.). Standard payment terms are Net 30. Prompt payment discounts will be
considered and should be included in the proposal. Complete the attached Basis of Proposal
Worksheets for each item separately and complete the summary. Each worksheet is for a
separate line item in the solicitation and you will need to provide the labor rates for all possible
labor categories that possibly may be used in the fulfilment of a subcontract. These labor rates
will be incorporated into the subcontract for any change orders. The worksheets also provide an
area to identify any pricing assumptions.
1.10 North American Industry Classification System (NAICS) Code and Size Standard
The authorized procurement representative has determined that North American Industry
Classification System (NAICS) Code 333911 applies to this acquisition. Therefore, the size
standard for determining whether an Offeror is a small business in regard to this solicitation is 750.
The small business size standard for a concern which submits an offer in its own name, other than
on a construction or service contract, but which proposes to furnish a product which it did not itself
manufacture, is five hundred (500) employees.
1.11 Representations and Certifications
WRPS, relies upon Subcontractor’s current representations and certifications within a Federal
web-based system, the System for Award Management (SAM), that centralizes and standardizes
RFQ NO: MR-18-04356
9 of 35
the collection, storage and viewing of many of the representations and certifications required by
the Federal Acquisition Regulations.
1. The representation and certification information within SAM is still current;
2. All statements and explanatory documentation submitted are current and accurate;
3. Subcontractor complies with all requirements of State of Washington statutes,
ordinances, rules and regulations, codes, and orders related to equal employment
opportunity and operation of non-segregated facilities;
4. All Subcontractor employees who may work on WRPS’s premises or on the
Hanford Site are not under the influence of controlled substances, drugs, or
alcohol. Subcontractor agrees to the testing of assigned employees under WRPS’s
program for controlled substances;
5. Subcontractor’s information in the WRPS’s registration system is current (no
more than 12 months old); and
6. Subcontractor will update SAM on an annual basis.
In addition, the Offeror will need to be registered with WRPS through its vendor
registration website and have obtained a vendor identification number and form number
(password). If assistance is required, please contact WRPS Contract Support at
1.12 Financial Capability Determination
WRPS reserves the right, prior to award, to request any or all Offerors to submit data which will
be used to make a determination of financial capability to perform on any resultant Subcontract.
Such data may include, however not be limited to, current annual reports, lines of credit with
financial institutions and suppliers, and/or any other such data as may be required to make a
determination of the Offerors’ financial capabilities.
1.13 Proposal Validity Period
Offeror’s proposal shall remain firm for 90 days after the proposal due date.
1.14 Basis of Award – Delivery Date Evaluation
Delivery by the required delivery date (RDD) of March 18, 2019 will be a principal
consideration in evaluating Proposals. You are hereby requested to submit two priced Proposals.
One price Proposal shall be based on delivery by the RDD noted in the RFP. The second priced
Proposal shall be based on delivery by the desired delivery date (DDD) of Best Date Available.
The authorized procurement representative will evaluate these Proposals on the basis of which
best serves the interest of WRPS and the Department of Energy.
RFQ NO: MR-18-04356
10 of 35
1.15 Buy American Act Compliance
The provisions of this solicitation include each of the Federal Acquisition Regulation (FAR)
clauses that may be applicable to the Offeror’s proposal, as well as any resulting purchase order
or Subcontract. The applicability of a specific FAR clause is based on the proposed dollar amount
of your proposal for the supplies or materials provided under a purchase order or Subcontract
unless the item is classified as a commercial off the shelf (COTS) item, and in turn, does not apply.
The applicable FAR clauses in the provisions and the corresponding clause for which identification
may be required are shown below:
1.16 Employment Eligibility Verification (E-Verify)
WRPS anticipates that this award will be subject to the Employment Eligibility Verification
requirements established in Federal Acquisition Regulations (FAR) clause 52.222-54.which
requires the successful Offeror to enroll and utilize the E-Verify program. Enrollment is done
via the Internet at the Department of Homeland Security Web site at http://www.dhs.gov/E-
Verify. This requirement is applicable to awards that are more than $3,000 and considered
commercial or noncommercial Services (except for commercial Services that are part of the
purchase of a Commercial Off the Shelf (COTS) item (or an item that would be a COTS item,
but for minor modifications) performed by the COTS provider, and are normally provided for
that COTS item) or Construction. Subcontractors who are only suppliers are not subject to
E-Verify.
FAR Clause in Subcontract Provisions Corresponding FAR Clause Requiring Offeror
Certification
FAR 52.225-1, “Buy American Act—
Supplies” (Jun 2003)
FAR 52.225-2, “Buy American Act Certificate”
(May 2014)
FAR 52.225-3, “Buy American Act—
Free Trade Agreements—Israeli Trade
Act” (May 2014)
FAR 52.225-4, “Buy American Act—Free Trade
Agreements—Israeli Trade Act Certificate” (May
2014)
Alternate I - applies if the quote for an end item or
supplies under a time-and-materials subcontract is
$25,000 or more but less than $50,000.
Alternate II - applies if the quote for an end item or
supplies under a time-and-materials subcontract is
$50,000 or more but less than $79,507.
FAR 52.225-5, “Trade Agreements” (Nov
2013)
FAR 52.225-6, “Trade Agreements Certificate”
(May 2014)
RFQ NO: MR-18-04356
11 of 35
WRPS reserves the right, prior to award, to require Offeror to submit information which WRPS
will use to make a determination whether Offeror has successfully enrolled in the E-Verify
program. Such information may include a copy of the last three (3) pages of the enrollment form
(i.e., pages 11, 12, and 13) and any other information that may be required to make the
appropriate determination.
1.17 Government Furnished or Acquired Property
The General Provision article entitled “Management of Subcontractor-Held Government-Owned
Property” will apply to any resulting subcontract. Any Government-owned property transferred
to the Subcontractor is listed in the RFQ, Specifications, Drawings or Item Description. The
Offeror’s proposal must indicate whether or not its property management system meets all of the
criteria listed in the Property Management System Verification Checklist. If so, submit a copy of
the Government-provided property system approval letter with the proposal. If the Offeror’s
property system does not meet all criteria, by submission of this proposal, the Offeror agrees to
cooperate with a WRPS/Government review of its property system to ensure system compliance.
1.18 Facility Closure Notice – Holiday and Work Schedules
Notice: Daily work schedules and facility operations are NOT consistent on the Hanford Site.
Many organizations and facilities observe Friday closures (10 hour days, Monday thru
Thursday).
Accordingly, BEFORE scheduling deliveries or any work on the Hanford Site, the
Subcontractor shall make specific schedule arrangements with the WRPS Procurement Specialist
and/or others such as BTR, Facility Manager, Delivery Warehouse Manager, and Building
Manager as applicable.
The Buyer will not be liable for the cost of any delays, demurrage, layover, extra travel days, etc.
which result from the Subcontractor’s failure to obtain a specific delivery or work schedule in
advance.
1.19 Foreign Nationals
SUBCONTRACTORS intending to propose use of any Foreign National (non-US citizens), shall
indicate their intent as part of the SUBCONTRACTOR’S proposal submission. After being
selected for Subcontract Award but prior to start of performance: Foreign National requests will
be processed in accordance with Hanford Site Security procedures, DOE Order 142.3a entitled
Unclassified Foreign Visits & Assignment Program and Mission Support Alliance (MSA)
Procedure MSC-PRO-SEC-392 entitled Unclassified Visits & Assignment by Foreign Nationals.
Information for processing requests shall be submitted regardless if the Foreign National works
on the Hanford site or elsewhere. Processing of any request are required to be
completed/approved prior to commencement of any work. The lead time for processing Foreign
National requests can take up to several months depending upon the country of origin and the
subject matter involved. If Foreign Nationals are considered for use at any time under a
Subcontract, SUBCONTRACTORS shall notify the Procurement Specialist and Hanford
RFQ NO: MR-18-04356
12 of 35
Security of the change. SUBCONTRACTORS shall adhere to the requirements for processing
and approval as identified above for any changes in Foreign National use.
2.0 QA/Inspection Requirements
2.1 Certified Quality Program
(B07) Rev. 0 2/15/1996
The Supplier shall maintain the certified quality program (e.g., ASME, ISO, NIST,
Federal Regulations specified in the Purchase Order. A copy of the Supplier’s current
quality assurance program manual and Authorizing Certificate shall be submitted to the
Buyer with the Proposal. The Certificate shall remain current for the duration of the
Purchase Order/Contract Order. The Supplier shall notify the Buyer of Certificate
cancellation or revocation.
2.2 Fabrication/Inspection/Test Plan (Traveler)
(B13) Rev. 1 12/03/02
The Supplier shall prepare a detailed fabrication/inspection/test plan (Traveler) for
insertion of Buyer-designated source inspection/witness notification points. Prior to
starting work, the plan shall be submitted to the Buyer for review, approval and insertion
of Buyer’s designated inspection/witness notification points unless otherwise specified in
procurement documents. The plan shall include the following:
1. Traceability to Buyer’s Purchase Order/ Contract Order document number.
2. Description of items to be fabricated/tested/inspected (e.g., components,
subassemblies, assemblies).
3. Sequential fabrication/process steps.
4. Sequential points for inspection and tests to be performed during
fabrication/processing.
5. Method/procedure to be used for performance of inspection/test/fabrication,
including:
a. Each characteristic or attribute to be evaluated,
b. The report form to be utilized,
c. Specific Codes/Standard requirements as specified by procurement
documents i.e., ASME, ASTM, ANSI, etc., and
d. Sampling plans for final characteristics (e.g., AQL, lot size, inspection
level), where applicable.
Subsequent revisions/modifications to the fabrication/inspection/test plan document
require review and approval by the Buyer prior to implementation of the change. When
subcontracting any portion of this Purchase Order/Contract Order, the Supplier is
required to invoke the applicable quality assurance program requirements on the
subcontractor.
RFQ NO: MR-18-04356
13 of 35
2.3 Source Inspection
(B16) Rev. 0 02/22/00
All items are subject to inspection at the Supplier’s facility or Supplier’s subcontractor’s
facility by a Buyer’s quality representative. Supplier shall notify Buyer at least 5
working days in advance of the time items will reach any inspection hold point
established by the Buyer in the procurement package.
2.4 Nonconformance Documentation and Reporting
(B22) 02/23/2010
All nonconformances identified at the Supplier's facility with a proposed disposition of
"Accept" or "Repair" shall be approved by the Buyer before any corrective action is taken
by the Supplier on the nonconformance.
Accept: A disposition that a nonconforming item will satisfactorily perform its
intended function without repair or rework.
Repair: A disposition requiring the processing of a nonconforming item so that its
characteristics meet the requirements listed in the disposition statement of
the nonconformance report.
A Supplier Nonconformance exists when;
(1) A Purchaser’s technical or material requirement, or a requirement in a Purchaser
approved Supplier document is violated; and
(2) The nonconformance cannot be corrected by continuation of the original
manufacturing process or by rework; or
(3) The item does not conform to the original requirement but can be restored to a
condition such that the capability of the item to function is unimpaired.
Nonconformances shall be documented by the Supplier on the Supplier's
nonconformance form. After documenting the nonconformance, disposition and
technical justification, the form shall be forwarded to the Buyer.
After the recommended disposition has been evaluated by the Buyer, the form shall be
returned to the Supplier with a disposition of approval or rejection. The Supplier may
take corrective action on the nonconformance only after the form is approved.
The Supplier's nonconformance form shall be shipped with the affected item.
RFQ NO: MR-18-04356
14 of 35
2.5 Certified Weld Inspector (CWI)
(B25) Rev. 0 02/9/00
Supplier personnel performing weld inspections shall be certified as a Certified Weld
Inspector (CWI) in accordance with the requirements specified in AWS QC-1.
The following documentation shall be submitted prior to the start of fabrication:
1. Current AWS CWI certificates.
2. Current and valid visual acuity examination. The examination must be performed
annually.
3. Visual weld inspection procedures.
Approval shall be obtained from the Buyer prior to start of fabrication.
2.6 Welding Procedures and Qualifications
(B28) Rev. 1 12/03/02
Welding procedures and personnel shall be qualified in accordance with the applicable
AWS or ASME specifications as specified in the Purchase Order/Contract order. The
Supplier shall submit copies of all welding procedures, Procedure Qualification Records,
and Welder Qualification Records to be employed in the performance of this Purchase
Order/Contract Order. Buyer approval is required prior to the start of fabrication.
Changes and revisions to welding documentation shall be submitted to the Buyer for
review and approval prior to use. When subcontracting any portion of this Purchase
Order/Contract Order, the Supplier is required to invoke the applicable quality assurance
program requirements on the subcontractor.
2.7 Nondestructive Examination Process
(B31) Rev. 4 01/31/2013
Nondestructive examination (NDE) personnel shall be qualified and certified in
accordance with the recommended guidelines of the American Society of Nondestructive
Testing's (ASNT) ANSI/ASNT CP-189 or ASNT SNT-TC-1A, unless otherwise
specified in the ordering data.
The Supplier is not authorized to begin fabrication until the following documentation has
been reviewed and approved by the Buyer:
a. NDE qualification and certification procedures
b. Personnel Level I, II, and III qualifications and certifications which include
objective evidence of NDE training, formal education, examinations, experience,
date of hire, and current eye examination
c. NDE method/examination procedures that are in accordance with the applicable
codes/standards specified in procurement documents.
RFQ NO: MR-18-04356
15 of 35
All NDE reports and radiographs shall be traceable to the item examined, include all
essential examination parameters, and signed and dated by the NDE examiner. All NDE
reports and radiographs shall accompany or precede shipment of material. Radiographs,
and radiographic technique and examination reports shall be subject to approval by the
Buyer prior to shipment of completed items.
When subcontracting any portion of this Purchase Order/Contract Order, the Supplier is
required to invoke the applicable quality assurance program requirements on the
subcontractor.
2.8 Identification of Items
(B34) Rev. 0 10/20/03
All items shall be identified with the part number/model number. Identification shall be
on the item or the package containing the item. When the identification is on the item,
such marking shall not impair the service of the item or violate dimensional, chemical, or
physical requirements.
The Supplier shall submit a legible copy of the product data sheet (e.g., drawing, catalog
page, brochure) that provides adequate information to enable the Buyer to verify the form
and function of the articles procured.
One copy of the documentation, unless otherwise specified, shall accompany the
applicable item(s) shipped.
2.9 Identification and Traceability of Items
(B37) Rev. 0 02/22/00
All items shall be identified with the part, heat, batch, or serial number and the Purchase
Order and line item number. Identification shall be on the item or the package containing
the item. Where identification is on the item, such markings shall not impair the service
of the item or violate dimensional, chemical, or physical requirements.
2.10 Certified Material Test Report
(B49) Rev. 2 03/17/06
The Certified Material Test Report (CMTR) shall include actual results of all chemical
analysis, tests, examinations, and treatments required by the material specification and
this Purchase Order/Contract order. The CMTR shall be legible, reference applicable
specification number and year of edition, and be traceable to the material furnished by
heat or lot number. All reports are subject to review and acceptance by the Buyer.
One copy of the documentation, unless otherwise specified, shall accompany the
applicable item(s) shipped.
2.11 Inspection and Test Report
(B52) Rev. 0 02/22/00
The Supplier shall submit legible, reproducible copies of Inspection/Test Reports.
RFQ NO: MR-18-04356
16 of 35
The report(s) shall include the following:
1. Identification of the applicable inspection and/or test procedure utilized.
2. Resulting data for all characteristics evaluated, as required by the governing
inspection/test procedure.
3. Traceability to the item inspected/tested, (i.e., serial number, part number, lot
number, etc.).
4. Signature of the Supplier’s authorized representative or agency which performed
the inspections/tests.
One copy of the documentation, unless otherwise specified, shall accompany the
applicable item(s) shipped.
2.12 Nationally Recognized Testing Laboratory (NRTL) Listed or Labeled
(B65) Rev 3 12/2/08
All electrical control panels and electrical equipment (a general term including material,
fittings, devices, appliances, luminaries [fixtures], apparatus, and the like used as a part
of, or in connection with, an electrical installation) delivered or brought onto the site in
performance of this contract must be listed or labeled by an organization currently
recognized by OSHA as a nationally recognized testing laboratory (NRTL).
A. All electrical equipment installed as part of this contract must comply with the
National Electric Code (NEC), NFPA 70 and where applicable ANSI C2 (NESC).
The Buyer reserves the right to inspect electrical equipment and installations.
Contractor is responsible for notifying Buyer when installations are available for
inspection.
B. Electric motors shall be manufactured and tested in accordance with NEMA
MG-1 as applicable, or listed by an organization currently recognized by OSHA
as an NRTL. Documentation of NEMA MG-1 compliance shall be made
available to the Buyer upon request.
C. Electrical equipment and devices for which there is a UL category code
identifying product categories must be Listed or Labeled by an OSHA recognized
NRTL.
1. The Canadian Standard Association (CSA) marking is currently
recognized by OSHA as an NRTL when the label includes “US” or
“NRTL” subscript.
2. The European Union “CE” marking, Directive 93/68EEC, is not currently
recognized by OSHA as an NRTL marking.
3. The International Electrotechnical Commission (IEC) Standard 60529 for
enclosures, (IPxx), is not currently recognized by OSHA as an NRTL
label.
RFQ NO: MR-18-04356
17 of 35
Note: for a list of approved NRTLs, see http://www.osha.gov/dts/otpca/nrtl/
D. Electrical equipment for which there is no listing category must be evaluated or
tested using a method submitted to and approved by the Buyer prior to delivery of
the equipment. A Field Evaluation performed by an NRTL prior to delivery is the
preferred method for buyer approval.
E. Electrical equipment is also subject to the “Counterfeit Suspect Item Program.”
2.13 Procurement of Potentially Suspect or Counterfeit Items
(B76) Rev. 3 10/14/2013
Notwithstanding any other provisions of this agreement, the Supplier warrants that all
items provided to the Contractor shall be genuine, new and unused unless otherwise
specified in writing by the Contractor. Supplier further warrants that all items used by
the Supplier during the performance of work for the Hanford Site, include all genuine,
original, and new components, or are otherwise suitable for the intended purpose.
Furthermore, the Supplier shall indemnify the Contractor, its agents, and third parties for
any financial loss, injury, or property damage resulting directly or indirectly from
material, components, or parts that are not genuine, original, and unused, or not otherwise
suitable for the intended purpose. This includes, but is not limited to, materials that are
defective, suspect, or counterfeit; materials that have been provided under false pretenses;
and materials or items that are materially altered, damaged, deteriorated, degraded, or
result in product failure.
Types of material, parts, and components known to have been misrepresented include
(but are not limited to) fasteners; hoisting, shackles, turnbuckles, cable clamps, wire rope,
rigging, and lifting equipment; cranes; hoists; valves; pipe and fittings; electrical
equipment and devices; plate, bar, shapes, channel members, and other heat treated
materials and structural items; welding rod and electrodes; and computer memory
modules. The Supplier's warranty also extends to labels and/or trademarks or logos
affixed, or designed to be affixed, to items supplied or delivered to the Contractor. In
addition, because falsification of information or documentation may constitute criminal
conduct, the Contractor may reject and retain such information or items, at no cost, and
identify, segregate, and report such information or activities to cognizant Department of
Energy officials.
Supplier shall provide a written statement that all items furnished under this Purchase
Order/Contract Order are genuine (i.e., not counterfeit) and match the quality, test
reports, markings and/or fitness for use required by the Purchase Order/Contract Order.
The statement shall be on supplier letterhead and signed by an authorized agent of the
supplier.
RFQ NO: MR-18-04356
18 of 35
Any materials furnished as part of this Purchase Order/Contract Order which have been
previously found to be suspect/counterfeit by the Department of Energy shall not be
accepted. For further information on suspect/counterfeit items, reference the Department
of Energy (DOE) Guidance at: http://energy.gov/ehss/policy-guidance-
reports/databases/suspectcounterfeit-and-defective-items.
Additional information may also be found by referring to: Managing Suspect and
Counterfeit Items (SCI) in the Nuclear Industry; International Atomic Energy Agency
Guide IAEA-TECDOC-1169.
2.14 Certificate of Conformance
(B79) Rev. 5 09/21/2016
The Supplier shall provide a legible/reproducible Certification of Conformance.
Supplier’s authorized representative responsible for quality shall sign the Certification of
Conformance.
This Certification of Conformance shall, as a minimum:
1. Identify the appropriate Purchase Order/Contract Order number under which the
material, equipment, item or service is being supplied.
2. Each Order/shipment shall include a C of C unique to that shipment.
3. The quantity of each Line Item shipped shall be identified on the C of C.
4. The COC shall identify the specific procurement requirements to be met by the
purchased item or service. The procurement requirements identified shall include
any approved changes, waivers, or deviations applicable to the item or service.
5. The COC shall also identify any procurement document requirements that have
not been met, together with an explanation and the means for resolving the
nonconformances.
6. The COC shall be signed or otherwise authenticated by a supplier’s
representative. For OCRWM-related and Quality Level 1 & 2 items and services;
the person signing the COC shall be the one who is responsible for this QA
function and whose responsibilities and position are described in the supplier’s
QA program.
One copy of the documentation, unless otherwise specified, shall accompany the
applicable item shipped. For subsequent shipments on this Purchase Order/Contract
order, reference may be made to documentation provided with earlier shipments, instead
of duplicating such documentation.
RFQ NO: MR-18-04356
19 of 35
2.15 Packaging/Shipping Procedures
(B85) Rev. 2 09/21/2016
The Supplier shall prepare and submit for approval, prior to use, a procedure or plan for
the packaging and shipping of items during the performance of this Purchase
Order/Contract Order. The procedure(s) shall include as appropriate cleanliness
inspections prior to packaging, use of preservatives and coatings, descriptions of
specially designed shipping containers, handling and rigging procedures, final
inspections, and the type of transfer and shipping vehicles, as applicable to the work
scope. Examples of the packing and shipping inspection forms shall be included in the
procedure or plan. Additional guidance may be found in ASME NQA-1-2008, w/ 2009
Addenda, Quality Assurance Requirements for Nuclear Facility Applications, Subpart
2.2, Quality Assurance Requirements for Packaging, Shipping, Receiving, Storage, and
Handling of Items for Nuclear Power Plants.
3.0 Packaging and Marking
3.1 Biodegradable/Recyclable Packaging Materials
It is the preference of WRPS that the SUBCONTRACTOR packages the material/equipment in
biodegradable or recyclable packaging materials. Cardboard and/or paper containers, in place of
plastic, shall be used whenever possible and practical. Paper and/or popcorn may be used for
internal container protection instead of plastics, foam or polyurethane chips. This preference is
not intended to transfer any liability to WRPS for damage during shipping or prior to receipt by
WRPS. The SUBCONTRACTOR shall be solely responsible for determining whether such
substitution is practical, safe for its intended use, or in violation of any commercial or
manufacturer’s warranty that WRPS may otherwise receive. Although this preference is not a
prerequisite for award of this Subcontract, the SUBCONTRACTOR’s packaging methods may
become a consideration for future awards.
4.0 Transportation/Receiving Instructions
4.1 Delivery Notification
Twenty-four (24) hours prior to shipment contact MSA Warehouse, email address
[email protected], and the buyer, email address [email protected]
between the hours of 7:00 AM to 3:30 PM, Pacific Time with forwarding information. Failure to
do so may result in shipment being refused at destination or removal of your company from
future solicitations.
4.2 FOB Designation
Responses are invited on both a FOB Origin and FOB Destination basis. Offerors will be evaluated
for award (either FOB Origin or FOB Destination) based on the lowest overall price to WRPS.
Please complete the information below and include the total charges as applicable to meet the
solicitation’s requirements.
RFQ NO: MR-18-04356
20 of 35
FOB Origin: Insert the exact shipping location, weights, and dimensions for each item or shipping
lots. Include an explanation of any special factors that could affect loading, shipping or handling.
FOB Destination: Delivery to WRPS’s address as specified with all transportation charges paid by
the Offeror. The total price shown on the Offeror’s proposal is an all-inclusive firm fixed price.
5.0 Contract Administration
5.1 Document Transmittals – Master Submittal Register (MSR)
The SUBCONTRACTOR shall utilize the BUYER’s document transmittal system for the
exchange of data and information during the performance of Work under this Subcontract. Master
Submittal Register (MSR) Form A-6005-317 is included as an attachment to the Subcontract and
identifies the required SUBCONTRACTOR submittals. SUBCONTRACTOR information shall
be transmitted using TOC Incoming Letter of Transmittal (form A-6005-315) to the address
indicated therein.
Submittals may be transmitted electronically to [email protected] or a BUYER designated File
Transfer Protocol (FTP) site. For electronic transmittals, all transmittal subject headings shall
contain, at a minimum, the subcontract number, submittal number, and submittal description.
5.2 Authorized Procurement Representatives
Only the following named WRPS individuals are authorized to make changes to this document:
Ana Rodriguez, Procurement Specialist
Karen Fuentes, Procurement Specialist
Michael Voss, Manager, Materials Procurement
J. M. Legarreta, Manager, Procurement
5.3 List of Attachments Government-Furnished or Acquired Property
The General Provision article entitled “Management of Subcontractor-Held Government- Owned
Property” will apply to any resulting subcontract. Any Government-owned property transferred
to the Subcontractor is listed in the Description of the line items. The Offeror’s proposal must
indicate whether or not its property management system meets all of the criteria listed in the
Property Management System Verification Checklist attached as Exhibit 1. If so, submit a copy
of the Government-provided property system approval letter with the proposal. If the Offeror’s
property system does not meet all criteria, by submission of this proposal, the Offeror agrees to
cooperate with a WRPS/Government review of its property system to ensure system compliance.
5.4 Manufacturing Schedule Submittal
The SUBCONTRACTOR shall submit for WRPS’s approval a firm-manufacturing schedule
within one (1) week after receipt of Subcontract. The approved schedule shall become a part of
the Subcontract.
The schedule shall show the estimated percentage of physical completion for the entire Subcontract
requirement and each major component thereof by calendar weeks starting with receipt of the
Subcontract to completion and shipment of all requirements of the Subcontract. Separate bar
charts shall be furnished to indicate the manufacturing schedule for each major component.
RFQ NO: MR-18-04356
21 of 35
The schedule shall be in sufficient detail to permit close administrative control of engineering,
material deliveries, work in progress, and major Subcontracts. This schedule shall be updated by
the SUBCONTRACTOR and furnished to the authorized procurement representative on the first
day of each month, and continue throughout the life of the Subcontract.
5.5 Price-Anderson Amendments Act (PAAA)
The Subcontractor shall comply with the Article entitled Price-Anderson Amendments Act
(PAAA) contained in the General Provisions and shall have a process in place to ensure
compliance with the applicable Nuclear Safety Rules.
5.6 Conditions and Risks of Work
The SUBCONTRACTOR represents that it has carefully examined the drawings and
specifications for the Work and has fully acquainted itself with all other conditions relevant to the
Work and the SUBCONTRACTOR assumes the risk of such conditions and will, regardless of
such conditions, the expense, difficulty of performing the Work, or negligence, if any, of the
BUYER, fully complete the Work for the stated Subcontract price without further recourse to
BUYER.
PART B – SOLICITATION EXHIBITS
Exhibit Description
1 Pricing Summary Forms
2 Hourly Rate Summary (Fully Burdened thru Profit)
3 Cost Accounting Standards Notices and Certification
4 Organizational Conflict of Interest Disclosure
5 Past Performance Data Form
6 Proposed Lower-Tier Subcontractors
7 Property Management System Verification Checklist
8 Agreement Exceptions
RFQ NO: MR-18-04356
22 of 35
EXHIBIT 1. PRICING SUMMARY FORMS
EXHIBIT 2. HOURLY RATE SUMMARY (FULLY BURDENED THRU PROFIT)
(See Attachment _ Exhibit 1 & 2 Excel sheet)
RFQ NO: MR-18-04356
23 of 35
EXHIBIT 3. COST ACCOUNTING STANDARDS NOTICES AND
CERTIFICATION
(FAR 52.230-1) (October 2015)
Note: This notice does not apply to small businesses or foreign governments. Check here to indicate that the
offeror is a small business or foreign government and does not need to complete the following
certification.
This notice is in three parts; identified by Roman numerals I through III.
Offerors shall examine each part and provide the requested information in order to determine Cost Accounting
Standards (CAS) requirements applicable to any resultant contract.
If the offeror is an educational institution, Part II does not apply unless the contemplated contract will be
subject to full or modified CAS coverage pursuant to 48 CFR 9903-201-2(c)(5) or 9903.201-2(c)(6),
respectively.
I. DISCLOSURE STATEMENT --- COST ACCOUNTING PRACTICES AND CERTIFICATION
(a) Any contract in excess of $750,000 resulting from this solicitation will be subject to the requirements
of the Cost Accounting Standards Board (48 CFR Chapter 99) except for those contracts which are
exempt as specified in 48 CFR 9903.201-1.
(b) Any offeror submitting a proposal which, if accepted, will result in a contract subject to the
requirements of 48 CFR Chapter 99 must, as a condition of contracting, submit a Disclosure Statement
as required by 48 CFR 9903.202. When required, the Disclosure Statement must be submitted as a
RFQ NO: MR-18-04356
24 of 35
part of the offeror’s proposal under this solicitation unless the offeror has already submitted a
Disclosure Statement disclosing the practices used in connection with the pricing of this proposal. If
an applicable Disclosure statement has already been submitted, the offeror may satisfy the requirement
for submission by providing the information requested in paragraph (c) of Part I of this provision.
CAUTION: In the absence of specific regulations or agreements, a practice disclosed in a Disclosure
Statement shall not, by virtue of such disclosure, be deemed to be a proper, approved, or agreed-to
practice for pricing proposals or accumulating and report contract performance cost data.
(c) Check the appropriate box below:
(1) Certificate of Concurrent Submission of Disclosure Statement.
The offeror hereby certifies that, as a part of the offer, copies of the Disclosure Statement
have been submitted as follows: (i) original and one copy to the cognizant
Administrative Contracting Officer (ACO) or cognizant Federal agency official
authorized to act in that capacity (Federal official), as applicable, and (ii) one copy to the
cognizant Federal auditor.
(Disclosure must be on Form No. CASB DS-1 or CASB DS-2, as applicable. Forms may
be obtained from the cognizant ACO or Federal official and/or from the loose-leaf
version of the Federal Acquisition Regulation.)
Date of Disclosure Statement:
Name and Address of Cognizant ACO or Federal Official Where Filed:
The offeror further certifies that the practices used in estimating costs in pricing this
proposal are consistent with the cost accounting practices disclosed in the Disclosure
Statement.
(2) Certificate of Previously Submitted Disclosure Statement
The offeror hereby certifies that the required Disclosure Statement was filed as follows:
Date of Disclosure Statement:
Name and Address of Cognizant ACO or Federal Official Where Filed:
The offeror further certifies that the practices used in estimating costs in pricing this
proposal are consistent with the cost accounting practices disclosed in the Disclosure
Statement.
(3) Certificate of Monetary Exemption
The offeror hereby certifies that the offeror together with all divisions, subsidiaries, and
affiliates under common control, did not receive net awards of negotiated prime contracts
and subcontracts subject to CAS totaling $50 million or more in the cost accounting
period immediately preceding the period in which this proposal was submitted. The
RFQ NO: MR-18-04356
25 of 35
offeror further certifies that if such status changes before an award resulting from this
proposal, the offeror will advise WRPS immediately.
(4) Certification of Interim Exemption
The offeror hereby certifies that (i) the offeror first exceeded the monetary exemption for
disclosure, as defined in (3) of this subsection, in the cost accounting period immediately
preceding the period in which this offer was submitted and (ii) in accordance with 48
CFR 9903.202-1, the offeror is not yet required to submit a Disclosure Statement. The
offeror further certifies that if an award resulting from this proposal has not been made
within 90 days after the end of that period, the offeror will immediately submit a revised
certificate to WRPS, in the form specified under subparagraph (c)(1) or (c)(2) of Part I of
this provision, as appropriate, to verify submission of a completed Disclosure Statement.
CAUTION: Offerors currently required to disclose because they were awarded a CAS-
covered prime contract or subcontract of $50 million or more in the current cost account
period may not claim this exemption (4). Further, the exemption applies only in
connection with proposals submitted before expiration of the 90-day period following the
cost accounting period in which the monetary exemption was exceeded.
II. COST ACCOUNTING STANDARDS --- ELIGIBILITY FOR MODIFIED CONTRACT COVERAGE
If the offeror is eligible to use the modified provisions of 48 CFR 9903.201-2(b) and elects to do so, the offeror
shall indicate by checking the box below. Checking the box below shall mean that the resultant contract is
subject to the Disclosure and Consistency of Cost Accounting Practices clause in lieu of the Cost Accounting
Standards clause.
The offeror hereby claims an exemption from the Cost Accounting Standards clause under the
provisions of 48 CFR 9903.201-2(b) and certifies that the offeror is eligible for use of the Disclosure
and Consistency of Cost Accounting Practices clause because during the cost accounting period
immediately preceding the period in which this proposal was submitted, the offeror received less than
$50 million in awards of CAS-covered prime contracts and subcontracts. The offeror further certifies
that if such status changes before an award resulting from this proposal, the offeror will advise WRPS
immediately.
CAUTION: An offeror may not claim the above eligibility for modified contract coverage if this
proposal is expect to result in the award of a CAS-covered contract of $50 million or more or if, during
its current cost accounting period, the offeror has been awarded a single CAS-covered prime contract
or subcontract of $50 million or more.
III. ADDITIONAL COST ACCOUNTING STANDARDS APPLICABLE TO EXISTING CONTRACTS
The offeror shall indicate below whether award of the contemplated contract should, in accordance with
subparagraph (a)(3) of the Cost Accounting Standards clause, require a change in established cost accounting
practices affecting existing contracts and subcontracts.
YES NO
Note: If the offeror is an educational institution under the transition provisions of 48 CFR 9903.202-1 (f),
contact WRPS for the appropriate alternate certification.
SIGNATURE/CERTIFICATION
RFQ NO: MR-18-04356
26 of 35
By signing below, the bidder/offeror certifies, under penalty of law, that the above certification is accurate, current
and complete. The bidder/offeror further certifies that it will notify WRPS of any changes to these certifications.
The certifications made by the bidder/offeror, as contained herein, concern matters within the jurisdiction of an
agency of the United States and the making of a false, fictitious, or fraudulent representation or certification may
render the maker subject to prosecution under Title 18, United States Code, Section 1001.
_________________________________________________
Signature of Bidder/Offeror Responsible for Bid/Offer Date
_______________________________________________________________________________
Typed Name of Person Responsible for the Bid/Offer
_______________________________________________________________________________
Title of Person Responsible for the Bid/Offer
_______________________________________________________________________________
Name of Organization
_______________________________________________________________________________
Street
_______________________________________________________________________________
City State Zip
RFQ NO: MR-18-04356
27 of 35
EXHIBIT 4. ORGANIZATIONAL CONFLICT OF INTEREST
CERTIFICATION AND DISCLOSURE
Rev. 3 6/22/16
Organizational conflict of interest means that because of other activities or relationships
with other persons, a person is unable or potentially unable to render impartial
assistance or advice to the Government or WRPS, or the person’s objectivity in
performing the contract work is or might be otherwise impaired, or a person has an
unfair competitive advantage.
It is WRPS's policy to avoid situations, which place an Offeror in a position wherein it may not be
able to compete on an equal basis for WRPS-controlled work with other qualified Offerors. This
representation, and the information disclosed thereby, will serve to advise WRPS whether or not an
Offeror's judgment may be biased because of any past, present, or currently planned interest,
financial or otherwise, the Offeror may have or appear to have which relates to the work to be
performed under a subcontract which may result from this solicitation, thus providing the Offeror
an unfair competitive advantage over others. The term "Offeror" herein means the proposing
entity or any of its affiliates or proposed consultants or subcontractors of any tier. Therefore:
Offeror shall provide WRPS a statement which describes in a concise manner, all relevant facts
concerning any past, present, or currently planned interest (financial, contractual, organizational, or
otherwise) relating to the work described in the statement of work of this solicitation. Offeror may
also provide relevant facts that show how its organizational structure and/or management systems
limit its knowledge of affiliates or other divisions or sections of the proposing entity and how that
structure or system would avoid or mitigate an organizational conflict of interest.
Offeror shall assure that any consultants and/or subcontractors identified in its proposal which will
perform part or all of any resulting subcontract submit the same information as required above,
either as part of the Offeror’s proposal or directly to WRPS, prior to the time and date set forth for
the receipt of proposals, including identification of the solicitation number and the (Offeror's)
proposal to which it relates.
Offeror shall assure that each of its chief officers or directors, if any, who will be directly involved
in the actual performance of the subcontract, submit such information.
Offeror shall promptly provide to WRPS information concerning any changes, including additions,
in its relevant facts reported, that occur between the time of submission of its proposal and the
award of a subcontract or the time the Offeror is notified that it is no longer being considered for an
award.
WRPS will review the information submitted and may require additional relevant information or
certifications from the Offeror. All such information, and any other relevant information known to
WRPS, will be used to determine whether an award to the Offeror may create an organizational
conflict of interest with respect to the Offeror's (1) bias caused by financial, contractual,
organizational, or other interests which relate to the work to be performed under the subcontract,
resulting in Offeror being unable to render impartial, technically sound, and objective assistance or
RFQ NO: MR-18-04356
28 of 35
advice, or (2)obtaining an unfair competitive advantage over other parties. If WRPS determines a
conflict exists which would require some action to mitigate an actual or potential conflict of
interest that would otherwise represent an unacceptable risk to WRPS, it may, at its sole discretion:
(1) impose appropriate terms or conditions necessary to avoid or mitigate the conflict, (2)
disqualify the offer, or (3) proceed with an award despite the conflict.
Offeror refusal to submit the representation and/or to provide the disclosure or any additional
information requested by WRPS may result in disqualification of the Offeror for an award.
Misrepresentation of material facts or other reported information may also result in
disqualification. If any such misrepresentation is discovered following award, WRPS may
terminate the contract for default or seek other remedies including actions pursuant to
18 U.S.C. 1001.
Depending on the nature of the subcontract activities, Offeror may, because of the existence of
possible organizational conflicts of interest, propose to exclude specific kinds of work from the
statement of work contained in the original solicitation, unless the solicitation specifically prohibits
such exclusion. Any proposed exclusion may be considered by WRPS in the evaluation of
proposals, but may ultimately determine the proposal to be unacceptable.
No work shall be performed, and WRPS will not authorize work to begin, until representations and
disclosure information has been evaluated. WRPS may also, at its option, permit missing
representations or disclosure information to be provided by an Offeror at any time during the pre-
award process.
In lieu of or in addition to the above and/or when requested by WRPS, Offeror shall provide a
certification similar to the following, altered only to reflect the relevant facts:
CONFLICT OF INTEREST DISCLOSURE STATEMENT
I hereby certify that, to the best of my knowledge and belief, no facts exist relevant to any past,
present, or currently planned interest or activity (financial, contractual, personal, organizational,
or otherwise) that relate to the proposed work; and bear on whether I and the Offeror have a
possible conflict of interest with respect to being able to render impartial, technically sound, and
objective assistance or advice, or being given unfair competitive advantage.
__________________________________ _____________________Authorized
Offeror Representative Date
RFQ NO: MR-18-04356
29 of 35
EXHIBIT 5. PAST PERFORMANCE DATA FORM
Rev. 0 1/1/03
Please type or print at least two (2) and as many as five (5) references to recently completed or substantially complete contracts
with requirements similar to those described within this solicitation.
CLIENT NAME
CONTACT NAME
TELEPHONE NO.
CONTRACT NO.
CONTRACT DATE
START DATE
END DATE
CONTRACT VALUE
CONTRACT
TERMINATED?
(Y/N) Explain in
attachment
NAME AND ADDRESS OF OFFEROR NAME OF SIGNER
TITLE OF SIGNER
OFFEROR (Signature of person authorized to sign)
DATE
RFQ NO: MR-18-04356
30 of 35
EXHIBIT 6. PROPOSED LOWER-TIER SUBCONTRACTORS
Rev. 2 8/22/2016
Please type or print the names and contact information for all of the lower-tier subcontractors. Use additional sheets if necessary.
LOWER-TIER SUBCONTRACTOR/SUPPLIER
CONTACT NAME
TELEPHONE NO.
DESCRIPTION OF
SERVICES TO BE
PROVIDED
**APPROXIMATE
AWARD AMOUNT
NAME AND ADDRESS OF OFFEROR NAME OF SIGNER
TITLE OF SIGNER
OFFEROR (Signature of person authorized to sign)
DATE
** APPROXIMATELY _____% OF TOTAL SUBCONTRACTED AMOUNT TO BE
PERFORMED BY LOWER-TIER SUBCONTRACTOR. PERCENTAGE OF LOWER-TIER
SUBCONTRACTED WORK SHALL NOT EXCEED 70% OF TOTAL SUBCONTRACT
AMOUNT. SUBCONTRACTOR’S ARE REQUIRED TO NOTIFY PROCUREMENT
SPECIALIST WHENEVER % OF LOWER-TIER WORK IS ANTICIPATED OR REACHES
70%
RFQ NO: MR-18-04356
31 of 35
EXHIBIT 7. PROPERTY MANAGEMENT VERIFICATION CHECKLIST
SUBCONTRACT PROGRAM GUIDANCE
WRPS requires its subcontractors to provide effective control and stewardship of
Government Property (GP). Government Property includes both Government Furnished
Property (GFP) and Contractor Acquired Property (CAP) for which the Government has
reimbursed the cost.
Subcontractors responsible for using or acquiring GP for WRPS are required to have a WRPS
approved, Property Management program. WRPS Contract General Provisions include
requirements similar to the following;
“The SUBCONTRACTOR shall establish, administer, and properly maintain a
property management system that meets the requirements of Federal Acquisition
Regulation (FAR) clause 52.245-1 for Government property or equipment in its
possession under the Subcontract.”
“The SUBCONTRACTOR's property management system shall be submitted to the
BUYER, authorized procurement representative, for assessment and shall be
maintained and administered in accordance with sound business practice, applicable
Federal Property Management regulations and Department of Energy Property
Management regulations, and such directives or instructions which the authorized
procurement representative may from time to time prescribe.”
The information is intended to provide general guidance for the development and content of
the subcontractor’s property management system. It is not intended to address all
components of a property management system. It should not be construed as taking
precedence over, changing or modifying any contractual or other requirements that are
applicable to the subcontractor’s activities for WRPS.
Elements of the Property Management Program should address:
1. Acquisition processes to ensure quantities purchased are consistent with contract type
and scope?
2. Receipt and Identification of property:
a. Processes for discovery and resolution of overages, shortages, damages and
other property receipt issues.
RFQ NO: MR-18-04356
32 of 35
b. Processes for identification and implementation of special handling and
special storage requirements.
c. Processes to ensure property is assigned to the appropriate contract or work
activity.
d. Requirements for identification and tagging of Government Property.
3. Property Record Information
a. Property Record information being captured should be adequate to enable a
complete, current, auditable record of all transactions from procurement
through disposition.
b. Information being captured should include applicable data elements required
by FAR 52.245-1f (1) (iii) (a).
4. Maintenance of Property
a. Processes for ensuring identification, timely performance and documentation
of maintenance activities.
5. Usage and Storage of Property
a. Processes to ensure property is used only as authorized by the contract.
b. Adequate protection of property against theft and other threats such as water
damage, insects, rodents, dust, and temperature extremes. Appropriate
Storage Level designations should be detailed.
c. Processes to provide separation/segregation of government owned property
and contractor owned property.
6. Processes to ensure appropriate flow down of contract terms and conditions to
subcontractors and that reviews are periodically performed to determine the adequacy
of the subcontractor’s property management system.
7. Physical Inventory processes to ensure Government Property is known and recorded
on a periodic basis and at contract closeout.
8. Processes to ensure material and consumable items are being accounted for.
RFQ NO: MR-18-04356
33 of 35
9. Processes that ensure Government Property is relocated or transferred under proper
authority with appropriate documentation.
10. Processes to provide WRPS with adequate status reporting on Government Property
held by the contractor including:
a. Discrepancies
b. Loss of Government property
c. Physical inventory results
d. Audits and self-assessments
e. Corrective actions
f. Other property-related reports.
11. Processes to ensure prompt reporting and processing of excess Government Property
for disposition.
12. Processes to ensure prompt reporting and disposition approval of Lost, Damaged or
Destroyed Government Property.
13. Self-Assessment processes to enable the contractor to evaluate program effectiveness
and disclose significant finding.
14. Administrative processes to enable contractor to provide verification of receipt of
Government Furnished Property or procurement of Contractor Acquired Property as
required by WRPS Submittal requirements associated with WRPS Procedure
TFC-BSM-FPM_PR-C-20, Management of Government Property with
Subcontractors/Suppliers.
15. Administrative processes to enable contractor to provide complete information on
GFP and CAP in their possession for property inventories and at contract close-out.
Processes should facilitate contractor completion of Government Property Inventories
and a Government Property Closeout Report as required by WRPS Submittal
requirements associated with WRPS Procedure TFC-BSM-FPM_PR-C-20,
Management of Government Property with Subcontractors/Suppliers?
RFQ NO: MR-18-04356
34 of 35
EXHIBIT 8. AGREEMENT EXCEPTIONS
NOTICE: Any exceptions to the proposed subcontract terms and conditions must be indicated
below. Washington River Protection Solutions, however, reserves the right to disqualify offers
which deviate from the Solicitation. If the offeror has no exceptions, please write “None”
below.
NAME AND ADDRESS OF OFFEROR NAME OF SIGNER
TITLE OF SIGNER
OFFEROR (Signature of person authorized to
sign)
DATE
RFQ NO: MR-18-04356
35 of 35
6.0 List of Attachments
The following attachments are incorporated herein. The General Provisions and On-Site Work
Provisions, if applicable, listed below are hereby incorporated into and made a part of this
Subcontract. They shall have the same force and effect as if written into the body of the contract.
Subcontractor is responsible for downloading and complying with the applicable revision as
identified below.
The documents identified with an asterisk below can be downloaded from the following website:
http://www.hanford.gov/tocpmm/page.cfm?page=11
Title Revision Date
*General Provisions 5 08/24/2016
*Supplemental Provisions Firm Fixed Price Contract Type 6 02/26/2018
Master Submittal Register (MSR), 0 8/11/2018
Incoming Letter of Transmittal, A-6005-315
Request for Information (RFI), A-6003-417
Pricing Summary Form
QAR MR-18-04356
P-B-1 Pump Curve 6/22/1989
H-2-99028 Sheet 001 Rev 03- Pump Ass 3 6/16/2013
H-2-99028 Sheet 002 Rev 04 Pump Dets 4 06/17/2013
H-2-99028 Sheet 003 Rev 00 Pump Gasket
H-2-99028 Sheet 004 Rev 00 Pump Stand
RPP-SPEC-41919-01 1 08/16/2018
ECI Compliance Agreement
NDA _ Confidentiality Agreement