Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2005 FBO #1475
SOLICITATION NOTICE

69 -- Contractor to provide and operate vessel in support of USCG training

Notice Date
12/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Miami, 909 SE First Avenue, Room 512, Miami, FL, 33131-3050
 
ZIP Code
33131-3050
 
Solicitation Number
HSCG28-06-Q-7AA163
 
Response Due
1/6/2006
 
Archive Date
1/21/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work-USCG Aviation Training Requirements 1.0 Scope Of Work: This Statement Of Work describes the vessel and personnel required to support U.S. Coast Guard Air Station Miami, FL. The Contractor will be responsible for providing and operating vessel in support of the U.S. Coast Guard?s aviation training program. The Contractor shall provide a vessel and all necessary management, supervision, personnel, labor, materials, fuel, and equipment required to support helicopter crew hoist, rescue swimmer and any aerial delivered material used to support the Air Station. 1.1 Background: The U.S. Coast Guard?s increased OPTEMPO and Homeland Security mission has reduced the availability of Coast Guard small boats and crews to provide support for required aviation training. One of the Coast Guard?s primary missions is to conduct aircrew hoist, Rescue Swimmer, and aerial delivered dewatering pump initial and proficiency training for Coast Guard pilots and aircrews. This training requires small boat support. 1.2 Vessel Description: The vessel shall be no smaller than 40 feet in length, with a 12 foot beam, and shall be no longer than 65 feet. Maximum draft shall not exceed 4 feet. Gross vessel weight shall be 14 tons minimum. 1.2.1 Other Characteristics: Vessel must have an enclosed cabin large enough to accommodate the entire crew. Vessel must be capable of easily recovering personnel from the water. Minimum speed is Dead in the Water. Vessel must be capable of maintaining 10 knots transit speed for 1 hour; 15 knots for 1 hour desired. Vessel must be capable of maintaining a heading of + / - 10 degrees at 5 knots while operating under a large helicopter producing 90 knots of rotor downwash in varying sea states and winds depending on site. An extremely shallow draft vessel is undesirable due to drift characteristics when subjected to rotor downwash. 1.2.2 Required Deck Area: The minimum deck area is 64 sq ft on the aft (fantail) portion of vessel to allow two crew members to safely conduct operations. Deck area must be free of all obstructions, and must have no permanent structures protruding higher than 20 feet above the water line which cannot be quickly stowed (e.g. antennas). 1.2.3 Vessel Equipment: The vessel shall have at a minimum all equipment required by law including a fathometer, radar, VHF-FM multiple frequency capable 2 way marine radio with specified frequencies / channels and minimum ranges, a cell phone for secondary communications to the Air Station Miami Operations Center, GPS, and a long distance high beam search light. 1.2.4 Safety Equipment: The vessel shall be outfitted with contractor furnished first aid kit and approved Type III Personal Flotation Devices for crew and passengers. Survival suits shall be provided, by the contractor, as needed for crew members allowing them to operate on the weather deck / under rotor downwash continuously in temperatures ranging from 5 degrees C. to 40 degrees C. (41 degrees F. to 105 degrees F.). The contractor shall provide helmets, goggles, and grounding rods for use by crew members during helicopter ops. 1.2.5 Required Docking/Mooring Facilities: Contractor will also be responsible for providing docking / mooring facilities for their vessel. The vessel shall be located within a distance from the geographical areas of operation not to exceed a total round trip time of one hour. 1.2.6 Vessel Maintenance: The Contractor shall operate and maintain the vessel, all equipment and systems in accordance with the original equipment manufacturer?s technical manuals and specifications, United States Coast Guard regulations, and any applicable federal, state, and / or local regulations. 1.3 Personnel: All contractor personnel are required to be U. S. citizens or legal residents of the United States. 1.3.1 Point Of Contact: The contractor shall provide a point of contact who shall be available to discuss work performed under this contract during the normal working day and periods of underway time. The point of contact shall be able to read, write, and speak English fluently. 1.3.2 Crew: Minimum craft crew shall consist of a Coxswain and two Deckhands. The crew shall be currently trained in rescue techniques and water survival. 1.3.2.1 Coxswain: The Coxswain shall be licensed, at a minimum, for the size of vessel being operated, including the carriage of six passengers, and shall be qualified in CPR. The crew members shall be capable of operating and maneuvering the vessel during helicopter hoist operations and for aerial dewatering pump pickup as well as any required rescue operations. 1.3.2.2 Deckhands: The Deckhands shall be knowledgeable in shipboard operations, rigging for helicopter operations, and deck seamanship. 1.4 Operational Requirements / Sites: The schedule required for the operating site is as follows: 1.4.1 Notional Schedule: Typically the contractor will be required to provide services one day per week (on Tuesday or Thursday). Operations will typically be conducted for periods of 3 hours commencing 1-2 hours prior to official sunset. The Coast Guard will provide specific times for services a minimum of 24 hours in advance. Training may be conducted more than once a week to accommodate surge training requirements on a schedule mutually agreed upon by the parties. 1.4.2 Area of Operations: The area of operations ranges from Fort Lauderdale south to Miami Beach from the shoreline to 10 nautical miles offshore. 1.4.3 Operational Log: The Contractor shall maintain a log of all operations, which includes dates, location, times and duration and type of evolution being performed. The log shall be passed to Air Station Miami on a monthly basis. 1.4.4 Communications during Operations: The Contractor shall ensure that the vessel contacts an appropriate U.S. Coast Guard communication facility at intervals not to exceed 30 minutes while engaged in aviation training services. 1.4.5 Weather Criteria: The vessel must be capable of completing training requirements in sea states of up to 4 feet and wind speeds of up to 30 knots. 1.4.6 Functions / Tasks: The contractor shall support training operations for helicopter crew hoist, rescue swimmer, and objects deployed or hoisted from government aircraft. These objects might be delivered directly to the training boat or might be dropped into the water for retrieval. Training is both initial, for new aviators / aircrews, and proficiency maintenance for experienced aviators / aircrews. 1.5 Performance Evaluation Meetings: The Contractor?s project manager shall meet at least biweekly with the Contracting Officer, COTR or QAE during the first two months of the contract to discuss performance problems and review contractor corrective actions. The operational log will also be used to verify the contractor?s timely arrival on station. If the contractor fails to meet the scheduled training events or is unable to complete the training activity, the frequency of not fulfilling the scheduled requirements may be the basis for a deduction in the charter hire. Meetings will be held thereafter at intervals to be established by the COTR or QAE. 1.6 Communication Procedures: The Government shall provide / assign communication frequencies for contractor use. The contractor shall provide a cell phone on board for secondary communications to the Air Station Miami Operations Center. 1.7 Orientation Briefing & Training: The Government shall provide an orientation brief and initial training for key contract personnel prior to the contract start date. The orientation and training will include at a minimum safe boating practices, hoist operations, dewatering pump delivery operations, etc. The Government shall also provide semi-annual refresher training on the same items. 1.8 Invoicing for Service: A set payment will be established for each three hour training block. The payment will be the same regardless of whether the Coast Guard actually uses the full three hour training block. Unused training time may be added onto any future training block for a total time of up to a maximum of six hours. Unused training time may not be used to set up a separate trip. Any unused training time at the end of the contract will be forfeited. This is the full scope of work. The government will award a contract to the responsible offeror whose offer conforms to the solicitation and is the most advantageous to the government price, quality, past performance and other factors considered. All offers will be evaluated in accordance with Simplified Acquistion Procedures FAR subpart 13.106. The provision 52.212-1, instruction to Offerors-commercial supplies (Oct 2003)and 52.212-5. Facsimile proposals (Oct 1997) apply to this soliciation. The provision of 52.212-3, offeror representations and certification, commercial items (Jan 2005), shall be completed and submitted with this RFQ. Complete and provide all information in this solicitation and provisions of all cited FAR clauses to receive an award. The vendor must be registered in the Central Contractor Registration Database (CCR), http://dlis.dla.mil/ccr/dafault.asp. Quotes are due no later than 06 Januaru 2006 3:30 EST at Commanding Officer, USCG, ISC Miami FL 33131-3050. Faxed quotes/proposals are also acceptable at (305)415-7092 or by email to dasmith@iscmiami.uscg.mil. All questions and concerns for this solicitation should be forwarded to the point of contact for Air Station Miami is LCDR Joel Redholz @ 305-953-2105. All quotes faxed or otherwise go to Debi Smith @ 305-415-7092.
 
Place of Performance
Address: USCG Air Station Miami, 14750 NW 44th Court, Opa Locka FL
Zip Code: 33054
Country: USA
 
Record
SN00947871-W 20051210/051208211619 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.