Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2008 FBO #2406
SOLICITATION NOTICE

U -- Provide Local LVNS Detachment Training

Notice Date
6/26/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-08-T-0006
 
Archive Date
7/26/2008
 
Point of Contact
Ruby Phillips,, Phone: 757-492-1341, Mary Tuttle,, Phone: 757-763-4407
 
E-Mail Address
ruby.phillips@nsweast.socom.mil, mary.tuttle@nsweast.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; Proposals are being requested, a written solicitation will not be issued. The Request for Quotation number is H92242-08-T-0621. This solicitation documents incorporates provisions and clauses that are in effect through FAC 2005-23, dated 26 December 2007 and DFARS Change Notice 20080110. The DPAS Rating for this solicitation is S1. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 611519, the Size Standard is $6.5 Mil. This requirement is Unrestricted. The Naval Special Warfare Group 4 requests responses from qualified sources capable of providing LOCAL LVNS DETACHMENT TRAINING. Performance shall be In Accordance With the below Statement of Work. This requirement is FOB Destination. STATEMENT OF WORK 1.0. Project Overview: Provide Local LVNS Detachment Training to gain operational hands-on knowledge of civilian craft on Craft Systems/Engineering, Craft handling/maneuvering, and Basic Sailing Instruction on power driven/sailing training program, on four or more different vessels, for SBT-20 Detachments. 2.0. The contractor shall provide Navigation, Craft Systems, Engineering and Seamanship Training to Special Boat Team Twenty (SBT-20) personnel in the following course of instructions (COI): •Civilian craft systems/Handling Course of instruction shall run for a 3-day training period, beginning on a Monday and ending on Wednesday. COI consist of vessel safety equipment, pre-voyage navigation plan, electronic navigation, Communications, Helmsman ship, Undocking/docking, anchoring, Line handling, Engine systems, Vessel support systems, AC/DC systems, Generator operations, Fuel systems, Steering Systems, Fresh water systems, Air conditioning systems, Hydraulic systems, Interior and Exterior maintenance, and Charter contracts. •Basic A.S.A’s course of instruction shall run for a 2-day training period, beginning on a Thursday and ending on Friday. COI consists of Basic training on sailing and handling to include: vessel equipment safety, pre-voyage navigation plan, electronic navigation, communications, helmsman ship, anchoring, undocking/docking, line handling, engine systems, vessel support systems, AC/DC systems, generator operations, fuel systems, steering system, fresh water systems, A/C systems, interior and exterior maintenance and charter contracts. SBT20 personnel will learn how to operate and maintain vessels in a safe, efficient manner. These courses of instructions shall include classroom presentations and practical exercises to facilitate maritime operations. Training shall be conducted 0700 till 1630; however, portions of the training may extend into the evening hours if needed. This training breakdown shall be 25% Classroom Instruction and 75% Practical Exercises. The phases should be broken into the following daily segments: Day One - Monday Twin Screw Outboard Center Console - Basic boat and propulsion overview. - Emphasis on the near immediate effect of steerage. - Basic 12v Electrical systems, - Basic Fuel Systems, Connection to engines, filters fuel and water fuel separator, tank transfer and return crossover valves. - Basic Navigational equipment, GPS Depth and Radar. - Slow speed maneuvering and docking techniques theories based on tide, wind, spring lines, pivoting off secured lines, fender placement. Captain at helm demonstration - Approaching (thrown overboard buoys or milk cans) students at helm. - Students docking - High Speed maneuvering, safety, tilt and trim, tabs, - Lynnhaven Inlet, Tidal impact and Bridge safety, and Long Creek return to dock, and arrive at +/- 16:00 Day Two - Tuesday Twin screw Diesel powered Sport Fishing Boat (Express Cruiser) “Jungle Jim” If this boat is in use by SBT on a different mission, a comparably designed Fishing Vessel will be substituted. - Basic boat and propulsion overview. Emphasis at slow speeds on revolutions of the props, not on rudders. “Pickling” the engines.” - Basic 12v Electrical systems, - Basic Fuel Systems, Connection to engines, filters fuel and water fuel separator, tank transfer and return crossover valves. - Basic Navigational equipment, GPS Depth and Radar. - Slow speed maneuvering and docking techniques theories based on tide, wind, spring lines, pivoting off secured lines, fender placement. Captain at helm demonstration - Approaching (thrown overboard buoys or milk cans) students at helm. - Students docking - High Speed maneuvering, safety, tilt and trim, tabs, - Lynnhaven Inlet, Tidal impact and Bridge safety, and Long Creek return to dock, and arrive at +/- 16:00 Day Three – Wednesday Twin Gas Inboards on a luxury cruiser -Basic boat and propulsion overview. Emphasis at slow speeds on revolutions of the props, not on rudders. “Pickling” the engines.” - Basic 12v Electrical systems - Basic Fuel Systems, Connection to engines, filters fuel and water fuel separator, tank transfer and return crossover valves. - Basic Navigational equipment, GPS Depth and Radar. -Slow speed maneuvering and docking techniques theories based on tide, wind, spring lines, pivoting off secured lines, fender placement. Captain at helm demonstration - Approaching (thrown overboard buoys or milk cans) students at helm. - Students docking - High Speed maneuvering, safety, trim tabs, - Lynnhaven Inlet, Tidal impact and Bridge safety, and Long Creek return to dock, and arrive at +/- 16:00 Day 4 and Day 5 Thur and Fri Basic Sailing ASA 101 Students will learn to set up a sailboat, how to hoist and set the sails, and then how to use the sails to maneuver. Students will utilize and learn how to sail and handle a 38 ft Morgan Sloop. Students will take the written test required for ASA 101certification (If Needed). When students are finished, they will return to the water and continue work on the skills for certification. By the end of the second day, students will be able to sail their training vessel with crew on the Chesapeake Bay without their instructor. Students will utilize and learn how to sail and handle a 36 ft Fontaine Pajot, Cruising Catamaran. 3.0. Contractor Furnished Material: Contractor will furnish the facility for training and equipment to facilitate Navigation, Craft Systems, Engineering and Seamanship Training. Costs should include instructor fees and setup time, lab equipment, training books, vessel fuel and operating costs, overnight voyage and provisions, USCG Licensed Captains and administrative fees. CONTRACTOR MUST HAVE AT LEAST 7 OR MORE SAILING AND/OR POWER-DRIVEN VESSELS ON HAND TO ACCOMMODATE DET TRAINING. Contractor will also be flexible to students on which craft they would like to train on therefore optimizing the training event and student’s skill level. All safety equipment and boat gear will be provided by school. 4.0. Government furnished Material: The government will provide the following personal equipment: Hydration system (canteens or camel back), rain gear and other clothing appropriate for the environment. Books for sailing ASA 101 will be furnished by Author of the book “Sailing Fundamentals”. 5.0. Place of Performance: Marina Shores Marina, Broad Bay, Lynnhaven Inlet and the Chesapeake Bay. 6.0. Performance period: Det Juliet July 28-Aug 1 2008; Det Hotel August 11-15 2008; MKV Det Sept 15-19 2008 7.0. Number of Students: 10 per Course for a total of 40 students for FY 08 The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Nov 2007), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Nov 2007), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.203-3 Gratuities (Apr 1984), 52.204-7 Central Contractor Registration (Jul 2006), 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006), 52.203-6 ALT 1 (Oct 1995), 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2007). The following clauses are applicable to this solicitation: 52.222-26 Equal Opportunity (May 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000), 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Designation (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications – Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), 252.232-7003 Electronic Submission of Payment Requests (May 2006),, 252.243-7001 Pricing of Contract Modifications (Dec 1991)and 252.211-7003 Item Identification and Valuation (Jun 2005). Quoters shall include the quoter’s price for each part listed in this synopsis. All clauses will be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Facsimiles will be accepted. 52.212-2, Evaluation - Commercial Items (Jan 1999) is applicable to this procurement. (a) The government will award a contract resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation will be the most advantageous to the Government price and other factors considered. While price will be a significant factor in the evaluation of offers, it will not be the most significant factor. The factors order of preference from most important to least important are: 1. Technical, 2. Past Performance 3. Price. Past Performance information: The quoter shall submit, as part of its quote, information on three previously performed contracts or on-going contracts within the past three years that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be limited to the name and address of the organization for which the services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter’s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 1300 HOURS (Eastern Standard Time) on 11 JULY 2008. All questions shall be sent to the Procurement Analyst, Ruby Phillips, at (757) 763-4432 or email ruby.phillips@nsweast.socom.mil Numbered Note 1...
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b27d59be82dbcbe69a1d7bcb9b666da4&tab=core&_cview=1)
 
Place of Performance
Address: NORFOLK, Virginia, 23521, United States
Zip Code: 23521
 
Record
SN01601854-W 20080628/080626220706-b27d59be82dbcbe69a1d7bcb9b666da4 (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.