Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2011 FBO #3373
SOURCES SOUGHT

V -- Training Vessel for Aviation Training Program at Air Station Clearwater

Notice Date
2/16/2011
 
Notice Type
Sources Sought
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-11-I-AAS205
 
Archive Date
3/17/2011
 
Point of Contact
Tiffany M. Squyres, Phone: 757-628-4127, Amy L McLiverty, Phone: 757-628-4483
 
E-Mail Address
Tiffany.M.Squyres@uscg.mil, amy.l.mcliverty@uscg.mil
(Tiffany.M.Squyres@uscg.mil, amy.l.mcliverty@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought for HSCG84-11-Q-AAS205 - AIRSTA Clearwater Training Vessels The US Coast Guard seeks interest in support of their aviation training program. This is a sources sought/market survey announcement targeting companies that can provide and operate a vessel (or vessels), provide all necessary management, supervision, personnel, labor, materials, fuel, and equipment to support helicopter hoisting and fixed-wing aerial delivery evolutions by Air Station Clearwater Aircraft. THIS IS NOT A REQUEST FOR PROPOSALS. This announcement is to gain industry information in the development of the acquisition plan and in no way obligates the government. Name of company and address, point of contact and phone number, business size (small, veteran-owned small business, service-disabled small business, HUBZone small business, small disadvantaged business or women-owned small business concerns) should be provided by interested sources via email to Tiffany.M.Squyres@uscg.mil or fax to 757-628-4135, NLT March 2, at 3:30 PM (EST). No other sources sought notice will be provided. Competition and set-aside decisions may be based on the results of this market research. No solicitation exists at this time; therefore, please do not request a copy of the solicitation. This notice is for market research purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Training Schedule: Typically the contractor will be required to provide services in 3-hour blocks, two times per day with at least a 2-hour break between evolutions. Training is expected to be conducted five days per week (usually Monday through Friday) and will be scheduled between the hours of 10:00 AM and 10:00 PM (1000-2200) EST/EDT. The Coast Guard will provide specific times for services at a minimum of 24 hours in advance. Additional training periods may be conducted to accommodate surge training requirements on a schedule mutually agreed upon by the parties. This scope of work is not for full time support but may require multiple 3 hour blocks of time on multiple days. Vessel Description: The vessel shall have the following characteristics: • No shorter than 40 feet and no longer than 65 feet in length • Have at least a 9 foot beam • Have a gross vessel weight of at least 10 tons • Have a maximum draft not exceeding 4 feet • Have no permanent structures protruding higher than 20 feet above the water line which cannot be quickly stowed (e.g. antennas) • Must have a minimum deck area of 30 square feet on the aft (fantail) portion of the vessel to allow two crewmembers to safely conduct training/hoisting operations with a basket lowered from the helicopter. Deck area must be free of all obstructions. • Must be capable of maintaining a heading of + / - 10 degrees at a speed of 5 knots while operating under a large helicopter producing 90 knots of rotor downwash in varying sea states and winds • Must be capable of easily recovering personnel or floating equipment from the water • Must be capable of maintaining at least 10 knots transit speed for a minimum of 3 hours; 15 knots for 3 hours is desired 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 cellular phone for secondary communications to the Air Station Clearwater Operations Center, GPS, and a long-distance high-beam search light (fixed or hand-held). A radio headset or other equipment/technique is required to demonstrate that the operator can hear radio communications between the training vessel and helicopter while a helicopter is directly overhead the vessel. 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 cold temperatures. The contractor shall provide helmets, goggles, and hearing/ear protection, for use by crew members during helicopter hoisting operations. Anticipate that static electricity charge from the helicopter will be encountered. The vessel shall demonstrate the means to dissipate electrical charge through a grounding wand to the water or to the vessel. 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 area of operation. This includes potential facilities as far north as New Port Richey and as far south as Sarasota. Vessel Maintenance: The contractor shall operate and maintain the vessel, as well as 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 local regulations. NAICS: The NAICS code is 483212. The Small Business size standard is 500 employees. Contracting Office Address: 300 E Main St, Ste 965 Norfolk, VA 23510 Place of Performance: The primary area of operations will be 3 to 15 nautical miles offshore from Egmont Key. The operating area is bounded by Anclote Key in the north (in vicinity of Holiday) to Longboat Key Pass in the south (in vicinity of Sarasota) on Florida's West Coast. Period of Performance: The period of performance is anticipated for a base year plus four option years.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-11-I-AAS205/listing.html)
 
Place of Performance
Address: The primary area of operations will be 3 to 15 nautical miles offshore from Egmont Key. Ther operating area is bounded by Anclote Key in the north (in vicinity of Holiday) to Longboat Key Pass in the south (in vicinity of Sarasota) on Florida's West Coast., United States
 
Record
SN02381490-W 20110218/110216234426-4511468184cfc06aa192b76bc0085ffe (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.