35
REQUEST FOR QUOTATION turn Q Response to: WASHINGTON RIVER PROTECTION SOLUTIONS, LLC PO BOX 850 MSIN H6-16 RICHLAND WA 99352 Please Direct Iniries to: THIS IS NOT OER! Vendor: Q Ner Issue Date Due Date Due Ti Page ANA F. RODRIGUEZ Title: PROCUREMENT SPECIALI 509.376.2739 Phone: Authorized Signature Vendors Signature RFQ Te: STANDARD RFQ Quote Duration Pant Tes Line Quantity It scription 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; % WA Days MR-18-04356 08/16/2018 09/04/2018 5:00 PM PST 1 Net Days Unit Price

REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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

h7271694
WRPS
Page 2: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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

h7271694
WRPS
Page 3: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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

Page 4: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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

Page 5: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of 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;

Page 6: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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.

Page 7: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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.

Page 8: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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

Page 9: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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

[email protected].

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.

Page 10: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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)

Page 11: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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

Page 12: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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.

Page 13: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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.

Page 14: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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.

Page 15: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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.

Page 16: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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.

Page 17: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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.

Page 18: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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.

Page 19: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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.

Page 20: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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.

Page 21: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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

Page 22: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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)

Page 23: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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

Page 24: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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

Page 25: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of 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

Page 26: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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

Page 27: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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

Page 28: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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

Page 29: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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

Page 30: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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%

Page 31: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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.

Page 32: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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.

Page 33: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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?

Page 34: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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

Page 35: REQUEST FOR QUOTATION · Specialist will answer all questions in writing for the benefit of all prospective Offerors. Oral explanations or instruction given before the award of the

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