Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2008 FBO #2432
SOLICITATION NOTICE

19 -- USCG Aviation Training Requirements

Notice Date
7/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
483112 — Deep Sea Passenger Transportation
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Miami, 909 SE First Avenue, Room 512, Miami, Florida, 33131-3050
 
ZIP Code
33131-3050
 
Solicitation Number
HSCG21-09-2897AA001
 
Response Due
8/22/2008 9:00:00 AM
 
Archive Date
9/6/2008
 
Point of Contact
Gregory Snyder,, Phone: 305-953-2193
 
E-Mail Address
gregory.c.snyder@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, offer (s) being requested and a written solicitation will NOT be issued. The solicitation number is HSCG21-09--2897AA001. This combined synopsis constitutes a solicitation and incorporates provisions and clauses in effect through FAC 2005-12. Applicable North American Industry Classification Standard (NAICS) code is 483112, size standard of employees 500. The contract will be awarded using simplified acquisition procedures in accordance with FAR 13. Specifications: 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 a vessel in support of the U.S. Coast Guard’s aviation training program. Specifically, the contractor shall provide all necessary management, supervision, personnel, labor, materials, fuel, and equipment necessary for the vessel to support helicopter hoisting and fixed wing aerial delivery evolutions by Air Station aircraft. 1.1 Background: One of the Coast Guard’s primary missions is Search and Rescue. In order for the Air Station to fulfill this mission, it is necessary to conduct helicopter hoists of equipment to/from underway vessels, helicopter delivery/recovery of rescue swimmers to/from the water, and fixed wing aerial delivery of dewatering pumps and other equipment to the water. These skill sets require both initial and proficiency training for Coast Guard pilots and aircrews. This training requires small boat support. 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. 1.2 Vessel Description: The vessel shall be no smaller than 38 feet and no longer than 65 feet in length and shall have at least an 11 foot beam. The maximum draft of the vessel shall not exceed 4 feet. Gross vessel weight shall be a minimum of 10 tons. 1.2.1 Other Characteristics: The vessel must have an enclosed cabin large enough to accommodate the entire crew during transit. The vessel must be capable of easily recovering personnel from the water. The minimum required speed for the vessel is 0 knots or “dead in the water”. The vessel must be capable of maintaining 10 knots transit speed for a minimum of 3 hours; 15 knots for 3 hours desired. The 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. An extremely shallow draft vessel is undesirable due to drift characteristics when subjected to rotor downwash. The vessel must have no permanent structures protruding higher than 20 feet above the water line which cannot be quickly stowed (e.g. antennas). 1.2.2 Required Deck Area: The minimum deck area is 64 sq ft on the aft (fantail) portion of the vessel to allow two crew members to safely conduct operations. The deck area must be free of all obstructions. 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 (13, 16, 21, 22, 23, 81, 83) and minimum ranges (20 NM), 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 a 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 hoisting operations. 1.2.5 Required Docking/Mooring Facilities: The contractor will also be responsible for providing docking/mooring facilities for their vessel. The vessel shall be located within a one hour transit time from the geographical areas of operation. 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 vessel crew shall consist of a coxswain and two deckhands. The crew shall be currently trained in rescue techniques and water survival. Each of the crew members shall be capable of operating and maneuvering the vessel during helicopter hoist operations and for aerial delivery equipment pickup as well as any required rescue operations. 1.3.2.1 Coxswain: The coxswain shall be licensed, at a minimum, for the size of the vessel being operated, including the carriage of six passengers, and shall be qualified in CPR. 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 and the operating site is as follows: 1.4.1 Normal Schedule: Typically the contractor will be required to provide services one day per week (usually on Tuesday). Operations will typically be conducted for on scene 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. Additional training periods 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 will be the shoreline out to 15 nautical miles from one of the following inlets: Port Everglades, Bakers Haulover or Government Cut. The specific inlet will be determined by the contractor at the commencement of the contract and may be changed by the contractor with two weeks prior notification to the COTR. 1.4.3 Operational Log: The contractor shall maintain a log of all operations, which includes dates, location, times, duration and type of evolutions being performed. The log shall be passed to Air Station Miami COTR on a monthly basis within 5 days of the end of the month. 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 the hoisting and/or deployment of equipment from government aircraft. These objects may be delivered directly to the contract vessel or dropped into the water for retrieval. The contractor shall also serve as an on scene search and rescue asset during helicopter rescue swimmer deployment evolutions and helicopter approaches to the water. The training to be conducted will be 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 VHF communication frequencies for contractor use. The contractor shall provide a cell phone on board for secondary communications with 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, vessel hoisting operations, rescue swimmer 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 a standard training block. The payment will be the same regardless of whether the Coast Guard actually uses the full scheduled time. The standard training block will include three hours of contract vessel on scene time, not including transit time to/from the training site from the contractor’s mooring/docking location. Scheduled unused training time may be banked by the Air Station and added onto any future training block. No training block shall exceed 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. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.204-6 Data Universal Numbering System (DUNS) Number (OCT 2003) FAR 52.204-7 Central Contractor Registration (JUL 2006) Mandatory Registration FAR 52.212-1 Instruction to Offerors-Commercial Item (JAN 2006) FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (JUN 2006) Offeror (s) must include a completed copy of this provision with their quote. Contractors are encouraged to submit on-line at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (SEP 2005) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JUN 2006) The following clauses listed in 52.212-5 are incorporated: FAR 52.219-1 Small Business Program Representations (APR 2002) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUN 2004) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (APR 2002) FAR 52.225-1 Buy American Act? Supplies (JUN 2003) FAR 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (OCT 2003) The following Homeland Security Acquisition Regulations (HSAR) is incorporated as an addenda to this solicitation: HSAR 3052.242-72 Contracting Officer's Technical Representative (DEC 2003) Company quotes should include the solicitation number; the time specified in the solicitation for receipt of offers, the name, address and telephone number of the offeror, a completed copy of the representations and certifications at FAR 52.212-3. Vendor must be registered in Central Contractor Registration @ www.ccr.gov as indicated in FAR 52.204-7. Closing date and time for receipt of quote is 22 August 2008, at 9:00 am. (EST) to Commanding Officer, USCG ISC Miami (fp), 909 SE 1st Ave., Rm #512, Miami, FL 33131-3050, Attn: Heather Bove; e-mail address: heather.l.bove@uscg.mil or fax to 305-415-7092. Telephone requests will not be accepted. A formal notice of changes (if applicable) will be issued in FedBizOpps (www.eps.gov) via an amendment (s).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=76b854c6ec4cc1c657c3b75311a7a29f&tab=core&_cview=1)
 
Place of Performance
Address: US Coast Guard, Air Station Miami, 14750 NW 44th Court, Opa Locka, Florida, 33054, United States
Zip Code: 33054
 
Record
SN01620408-W 20080724/080722224604-76b854c6ec4cc1c657c3b75311a7a29f (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.