Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2010 FBO #3052
SOLICITATION NOTICE

69 -- LVNS Boat Charter

Notice Date
4/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
487210 — Scenic and Sightseeing Transportation, Water
 
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
H92242-10-T-0508
 
Archive Date
5/1/2010
 
Point of Contact
LaVerne L Whitfield, Phone: 757-763-4430, Mary Tuttle, Phone: 757-763-4407
 
E-Mail Address
whitfield_a@nsweast.socom.mil, mary.tuttle@nsweast.socom.mil
(whitfield_a@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; a written solicitation will not be issued. The Request for Quotation number is H92242-10-T-0508. This solicitation documents incorporates provisions and clauses that are in effect through FAC 2005-38, dated 01 Feb 2010 and DFARS Change Notice 200900009. The DPAS Rating for this solicitation is DO. 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 487210, the Small Business Standard is 7.0 Mil. This requirement is 100% Small Business. The DPAS rating for this solicitation is DO. The Naval Special Warfare Group 4 requests responses from qualified sources capable of providing: CLIN 0001 Naval Special Warfare, Group Four (NSWG-4) Low Visibility Non Standard (LVNS) training evolution for a period of 15 days starting from 24 April 2010 through 09 May 2010. Performance shall be in accordance with the statement of work provided below : This requirement is FOB Designation. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2008). The following clauses are applicable to this solicitation:, 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 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) (DEVIATION), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), and 252.243-7001 Pricing of Contract Modifications (Dec 1991). 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. Each response must clearly indicate Delivery time frame. 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 offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provide the lowest cost to the Government. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 2:00 pm hours (Eastern Standard Time) on 16 APR 2010. All questions shall be sent to the Contracting Officer, LaVern Whitfield, at (757) 763-4430 or email whitfield_a@nsweast.socom.mil. STATEMENT OF WORK Bare Boat Charter iso Naval Special Warfare Group FOUR Master Mariner Training IVO Miami, Florida (24 April - 09 May 2010) 1.0 Project Overview: •1.1 Provide Bare Boat vessel charter for Naval Special Warfare Group FOUR (NSWG-4) training evolutions for the period 24 April to 09 May 10). •1.2 The Contractor shall conduct the necessary measures to provide a mechanically and electrically sound vessel to support training evolutions. 2.0 Detailed Description of the Work to be performed: 2.1 Task Description: 2.1.1. Provide Bare Boat vessel charters to NSWG-4 for Master Mariner and Navigation training evolutions. Charter vessels must be located in Miami, Florida vicinity. Vessel shall be berthed throughout the contract period at a location provided by NSWG-4. Vessels must be greater than 35ft in length overall (LENGTH OVERALL ) and must be able to convey up to 11 personnel. Vessel must have a range of at least 200 Nautical Miles (NM). Use of simulated ammunitions is authorized under controlled conditions. 2.2 Place of Performance: Charter shall occur in vicinity of Miami, FL to include, but not limited to, Inter-coastal Waterway, bays, sounds and the Atlantic Ocean. •2.3 Contractor Furnished Material: Vessel (1) and (2) shall be: •- A twin-screw vessel in sound mechanical, electrical and engineering condition capable of sustained operation (greater than 14hrs per day, up to and surpassing 100+ engine hours throughout the charter) at sea. •- Vessel must be greater than 35ft LENGTH OVERALL •- Vessel must provide an enclosed area (main and satellite salons) capable of accommodating 6-11 personnel and equipment. •- Vendor shall provide a check-out on the first day of the charter in which the US Government crew shall receive a thorough tour of the craft and systems. The checkout shall include an underway event in which the vendor shall demonstrate all vessel systems (Navigation, electrical, propulsion, etc) to the US Government crew. Vendor shall provide main propulsion system operation performance data (cruising Rotation Per Minute (RPM), Max RPM, De-rating specifications, etc). •- Vessel shall provide 120VAC (minimum 30 amplification) service underway and berthed. •- Vessel shall possess functional navigation radar, Global Positioning System, and chart plotter with local electronic chart coverage. •- Vendor shall provide an end-of-charter cleaning service. •- Vessel #2 shall possess an inflatable dinghy capable of transporting 4 personnel, with a minimum 5gal fuel tank, and outboard engine capable of propelling the dinghy at a minimum of 10 knots. All required United States Coast Guard (USCG) safety equipment shall be included; personal flotation devices shall be provided up to the maximum number of personnel that the vessel is designed to carry. Any propulsion or navigation systems repairs necessary to ensure continued operation shall be made expeditiously by the vendor. If vessel cannot be repaired within 24hrs, vendor shall obtain like replacement vessel or the contract can be cancelled by the Government effective the date of failure precluding continued operation. Vessel shall be delivered fully fueled with spare fluids and parts as required. 3.0 Government Furnished Equipment (GFE): NSWG-4 will provide fuel. 3.1 Hazardous Material Use, Handling, or Disposal: The Contractor shall comply with all Federal, State, and local (where the work is performed) laws regarding the use, handling, or disposal of hazardous materials (petroleum products, paints, coatings, etc.) required under this order. 4.0 Period of Performance : The requested start date for this effort is at contract award for a period not to exceed 15 days total beginning 24 April 2010. The contractor shall begin procurement of materials necessary to perform the work as specified in the job specification. 5.0 Point of Contact : SBCS Dewitt Thornton @ 757-763-4307 or via email Dewitt.thornton@nsweast.socom.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-10-T-0508/listing.html)
 
Place of Performance
Address: Provide Boat Charter for the Florida Area for a period of 15 Days, Miami, Florida, United States
 
Record
SN02109983-W 20100403/100401235332-926cbfd6de2f8504405c39804bb9de7e (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.