Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2009 FBO #2638
SOLICITATION NOTICE

U -- Airboat Tactical Watercraft Operations Course

Notice Date
2/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
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
H92242-09-T-0658
 
Archive Date
3/15/2009
 
Point of Contact
Mary Tuttle,, Phone: 757-763-4407, Ruby Phillips,, Phone: 757-492-1341
 
E-Mail Address
mary.tuttle@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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 H92242-09-T-0658. 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 541690, the Size Standard is $6.5 Mil. The Naval Special Warfare Group 4 requests responses from qualified sources capable of providing Airboat Operations Training. Performance shall be In Accordance With the below Statement of Work (SOW). This requirement is FOB Destination AND SET ASIDE FOR SERVICE DISABLED VETERAN OWNED BUSINESS. 1.0. Project Overview (SOW): Provide Airboat Safety, Vessel Nomenclature, Maintenance Procedures, Launch and Recovery Procedures, Towing Procedures, Tactical Operation (Day/Night) and Air Boat Expropriation Procedures. 2.0. The contractor shall provide a 5 day course of instruction (COI) for 14 students to include; 5 hours of Classroom Instruction and 45 hours of practical field operations. The field operations phase of this COI will be instructed by certified airboat operators with prior Law Enforcement or military experience. The requirement is for 7 operational air boats during the field operations phase of training, thus maximizing the operating hours per student. </address> Topics include: </address> - Introduction and Safety Precautions </address> - Airboat Nomenclature and Component Function </address> - Maintenance, Malfunction, Troubleshooting, Repair and emergent field repair of the Airboat </address> - Pre-Operational and Post Operational checklist </address> - Improved and Unimproved Launch and Recovery Procedures </address> - Towing Procedures (Quick Tow and Long Tow) </address> - Tactical operation of Airboat </address> - Tactical operation of Airboat at night with Night Vision Devices </address> - Operation of multiple Airboats in close proximity </address> - Expropriation of an Airboat Procedure </address> 3.0. Students will learn how to operate and maintain Airboats in a permissive and semi-permissive environment. Operational proficiency must be successfully demonstrated in a permissive environment. This COI shall include classroom presentations and practical exercises to facilitate basic and advanced maintenance and operation of the Airboat. The majority of training will be conducted during normal working hours; however, portions of the training will be conducted under the period of darkness. This training breakdown shall be 10% Classroom Instruction and 90% Practical Exercises. The Airboat COI will have established points of performance that must be met by each student prior to moving into more advanced portions of the COI. </address> 4.0. The contractor will provide the following: </address> - Airboats w/trailers and prime movers (seven) </address> - Training area </address> * Training Area must be large enough to facilitate both tactical and non-tactical training. </address> - All permits (if required) </address> - Insurance (Airboats and vehicles) </address> - Lodging (During practical training) </address> * If training site is in a remote and austere location. (Hotel/restaurant services not located in geographic area) </address> - Classroom materials to include: </address> - Student Guides </address> - Lesson Training Guides </address> - Technical Manuals </address> - Certificates </address> 5.0. Timeframe for COI will be decided after submission has been reviewed. Once contract is awarded, the contractor is required to provide the following information/items to Naval Special Warfare Group Four not less than 10 days prior to commencement of COI to allow adequate time for review: </address> a. An hour to hour schedule and curriculum for validation and approval. </address> b. Student Guides, Lesson Training Guides and Training Manuals. </address> c. Briefing on training area and copy of all permits (if required) and/or proof of Legality of Use. </address> d. List of Instructors and credentials. </address> e. Proof of Insurance for craft and vehicles. </address> f. Proof of lodging and meals (if required). </address> g. Emergency medical plan of action. </address> h. Communications Plan </address> 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 1500 HOURS (3:00PM)(Eastern Standard Time) on 28 February 2009. All questions shall be sent to the Contracting Officer, Mary Tuttle, at (757) 763-4407 or email: mary.tuttle@nsweast.socom.mil. Information copy to: Ruby Phillips, at (757) 763-4432 or email: ruby.phillips@nsweast.socom.mil...
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=aa71f232bd7a7a87cf80f7a21d8d2ec4&tab=core&_cview=1)
 
Place of Performance
Address: 2603 Lower Gainesville Road, Stennis Space Center, Mississippi, 39529, United States
Zip Code: 39529
 
Record
SN01750887-W 20090215/090213220849-aa71f232bd7a7a87cf80f7a21d8d2ec4 (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.