MODIFICATION
V -- Aerial Gunnery Aquatic Target Towing - Amendment 1
- Notice Date
- 5/18/2016
- Notice Type
- Modification/Amendment
- NAICS
- 483113
— Coastal and Great Lakes Freight Transportation
- Contracting Office
- Department of the Army, National Guard Bureau, ALPENA CRTC/LGC, 5884 A STREET, ALPENA, Michigan, 49707-8125, United States
- ZIP Code
- 49707-8125
- Solicitation Number
- W912JB-16-T-9003
- Archive Date
- 6/7/2016
- Point of Contact
- Raymond Kelley, Phone: 9893546542, Thomas B. Emery, Phone: 9893546346
- E-Mail Address
-
raymond.r.kelley4.mil@mail.mil, thomas.b.emery2.mil@mail.mil
(raymond.r.kelley4.mil@mail.mil, thomas.b.emery2.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This Solicitation is being amended to extend the response time to submit bids to May 23 2016 4:00 PM EST. This Solicitation is being amended to extend the response time to submit bids to May 23 2016 4:00 PM EST. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a request for quote, Solicitation W912JB-16-T-9003, this solicitation is a 100% Small Business set aside. NAICS code is 483113 business size standard is 500 employees. This solicitation incorporates provisions and clauses that are in effect through Federal Acquisitions Circular 2005-83. The selected Offeror must comply with the following commercial item terms and conditions as they apply to this acquisition and are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraphs (b and c) : 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.232-34. 52.232-39-1 The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Simplified Acquisition procedures will be followed in this source selection, see FAR 13.106 https://www.acquisition.gov/far/. Evaluation criteria are price, proof of commercial licenses, safety certifications, proof of liability insurance for the proposed service, past performance recommendations. See The Attached Word Document for applicable FAR clauses that apply to this acquisition. The following is required: CLIN: 001-Boat Target Towing Contract for Pike LFX 2016. 1 EA 13 June-17June 2016 002-Boat Target Towing Contract for Pike LFX 2016. 1 EA (Aug-Sept 2016) Exact date TBD 003- ECMRA Manpower Reporting Position floating targets in within the Restricted Area R-4207 (Danger Area), located at Northern section of Lake Huron, East of Alpena, MI. The floating targets (hereinafter "Targets") are to be used in Air-to-Ground training exercises for a visiting unit. It is the objective of this contract to provide a barge or other similar carrier vessel (hereinafter "Vessel") with a crew for the transport and launch of said targets, transport and launch of a skiff, and transport of military personnel. The Vessel crew hauls targets, skiff, and personnel from Alpena Harbor to the R-4207 site according to a five day (consecutive) training schedule, with an option to cancel each days event due to unsafe weather or aircraft malfunction. In addition, there will be a day prior to the 5 day operations begin date to marshal targets, skiff and other materials at the Vessel and brief operations and safety. The Vessel crew will regulate lighting and ventilating systems for passenger comfort, comply with local marine regulations, and report delays or accidents. The Vessel crew shall make minor repairs, inspect and maintain equipment and check gas, oil, and water on their equipment before first use each day. The Vessel crew shall load or unload military baggage, gear, and equipment. The Vessel shall be provided and operated by the contractor to perform the following prescribed requirements. Transport military personnel and Government provided/Government operated skiff and targets to and from training events located in Lake Huron within R-4207/Danger Area (a boundary maintained by the Federal Aviation Administration). R-4207/Danger Area lies entirely over Lake Huron, approximately 35nm east of the Alpena CRTC, with no discernable references. It is roughly 20nm wide and 46nm long; defined by the following geographic coordinates: 45°17'00"N - 83°00'00"W, to 45°20'24"N - 82°31'18"W, along the United States-Canadian Border to 44°31'00"N - 82°19'54"W, to 44°27'42"N - 82°47'08"W, to the point of beginning. Hold, deploy, transport and retrieve 1-25' work skiff, 1-29' remote-control (RC) rigid aluminum hull boat, 5 RC jet skis, 10-15' aluminum target boats, 4-16' polyethylene tow target (PETT) boats, 20-17' Inflatable banana targets, and personnel from the Alpena Harbor loading dock to R-4207 in Lake Huron to up to 10 predetermined stops (true positions will depend on the wind and mission requirements) spanning across the entire area of R-4207. Contractor shall be able to safely, and without damage, deploy or transport into the water at R-4207 1-25': work skiff, 1-29' RC boat, 5 jet skis, 10-15' aluminum target boats, 4-16' polyethylene tow target (PETT), and personnel from their Vessel. Contractor shall be able to inflate, deploy, and retrieve up to 20 17' inflatable banana targets. Military personnel will then operate the skiff until all operations are complete. The Vessel will enter a "Safe Zone" in a distance and direction advised by the RSO. Contractor shall be required to coordinate with the RSO and the COR for overall route and final determination of the Safety Zone which depends on variables such as ordnance, wind and direction of attack. Typically but not exclusively the target area will be 7-10 nm inside R-4207 in a 1-2 sq. nm area. Safety Zone will typically be 7-8 nm away from target area. Vessel may remain stationary or maneuver in an RSO-dictated profile within the Safety Zone. The contractor shall be responsible for returning some targets from the water to the Alpena Harbor - some targets will be destroyed and abandoned after sinking in the water by Government personnel (aluminum targets). Some of the possible targets that may have to be retrieved include floating fragments of PETT boats and inflatable banana pieces. RC boat and jet skis will always be retrieved. Government personnel working from skiff will assist Vessel with RC and floating debris retrieval. Upon completion of flying range operations, return of the skiff, and retrieval of RC boats and debris, the contractor shall return the skiff, RC boats, debris, unused targets, and personnel via the Vessel for transportation to Alpena Harbor. All personnel, some equipment, and all target debris shall be unloaded by Vessel crew and Government personnel at the Alpena Harbor loading dock upon return from R-4207. The skiff and RC targets will remain with the Vessel until the final day. The preceding describes one training day. Provide a Vessel, personnel, equipment, and consumables necessary for a total of 5 training days as indicated in the period of performance. In the event one or more of these days has unfavorable weather (as determined by the COR) or cancellation of aircraft, Vessel will remain at the dock. The contractor will only be paid the full Day-rate for days of performance. A reduced Stand-by rate will be paid for days spent at the dock within the period of performance. Contractor shall provide Vessel and crew on another date mutually agreed on with Government for marshal of materials and operations orientation and safety briefing. Contractor shall clean the Vessel and equipment prior to the next workday. The contractor shall ensure that all contractor personnel are U. S. citizens or legal residents of the United States. The contractor shall provide a point of contact who shall be available to discuss work performed under this contract during the normal working day (8:00 AM to 4:00 PM EDT/EST) and during periods of underway time. The point of contact shall be able to read, write, and speak English fluently. 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. The training vessel shall also be able to accommodate one Coast Guard member during certain designated training situations (e.g. certain scenarios may require a Coast Guard member to conduct role playing with aircraft). The coxswain shall be licensed, at a minimum, for the size of the vessel being operated, including the carriage of all passengers, and shall be qualified in CPR. The deckhands shall be knowledgeable in shipboard operations, rigging for helicopter operations, and deck seamanship. In order to successfully meet the performance objectives of this task order, the contractor employee shall possess and maintain a valid State of Michigan license to operate said Vessel in Lake Huron. The Vessel shall be capable of completing requirements in sea states of up to 7 feet and wind speeds of up to 30 knots. RSO and contractor will mutually agree on weather conditions and make an abort decision prior to departing the dock each day and continuously re-evaluate changing conditions once underway. RSO may choose a more conservative abort criteria at any point. The contractor shall ensure they have adequate liability insurance coverage under FAR provisions 28.306. A successful proposal by a potential contractor will require an inspection and underway/on-scene evaluation of performance characteristics to ensure that the vessel meets the requirements indicated in this Performance Work Statement. Contractors shall anticipate background checks of personnel operating the vessel. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-3/W912JB-16-T-9003/listing.html)
- Place of Performance
- Address: Alpena MI, Alpena, Michigan, 48707, United States
- Zip Code: 48707
- Zip Code: 48707
- Record
- SN04121818-W 20160520/160518235240-9ad528defd1f10c069a50e7d660ea95a (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 |