Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2006 FBO #1758
SOLICITATION NOTICE

19 -- BOAT SERVICES FOR TRAINING EXERCISE

Notice Date
9/17/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406T1121
 
Response Due
9/19/2006
 
Archive Date
10/23/2006
 
Point of Contact
CHARLES FLETCHER II 619-532-2658
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.bpn.gov/ for more information. This procurement is unrestricted; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation. Solicitation number / RFQ N00244-06-T-1121 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and DFAR Change Notices effective through 12/13/00. The standard industrial code is 4492, and the business size standard is $5.0M. The agency need: CLIN 0001 CREW BOAT SERVICES FOR TRAINING EXERCISE, Qty 5 Each for Dates: 01/15/07, 03/10/07, 03/20/07, 06/23/07, and 07/15/07; CLIN 0002 MANUFACTURE CEMENT CLUMPS, Qty 40 Each. All items are to be delivered to: Off the coast of San Clemente Island, California. STATEMENT OF WORK 1. Dates of performance: 01/15/07, 03/10/07, 03/20/07, 06/23/07, and 07/15/07 2. Place of performance: Off the coast of San Clemente Island, CA. 3. Crew boat to be able to reach Naval Amphibious Base Coronado within seven (7) hours. 4. Crew boat must have a draft of 5 feet 5 inches to be able to easily maneuver through the Naval Amphibious Base waters. 5. Crew boat must have a certified crane aboard. Crane is to be inspected by the Naval Special Warfare Group One 48 hours prior to deploying. Crew boat is to be inspected for operability by authorized personnel of the Naval Special Warfare Group One 48 hours prior to deploying. 6. Crew boat and personnel must be available with an advance 48 hours notice. 7. Naval Special Warfare Group One personnel to be able to load necessary dive equipment including up to (100) double 80 c.i. dive cylinders and (100) single 80 c.i. dive cylinders on crew boat. 8. Proof of U. S. Coast Guard Maritime certifications to be submitted with quote. 9. The name, address, phone number and website of the manufacturer of the crew boat to be submitted with quote. 10. Proof of Liability Insurance and Bonding Certification to be submitted with quote. 11. A sign copy of the accepting the Purchase Order is requested after award. 12. Some of the Crew Boat Specifications required: GENERAL PARTICULARS Construction Welded Aluminum Speed 22 knots Length 100 ft. Beam 22.8 ft. Fuel Capacity 2,600 gals. Fresh Water Cap 1,147 gals. Sewage Cap 66 tons Net Tons 98 tons Gross Tons 13 ft. Tow Winch Hand-cranked geared Windlass/Winch drum Anchor ?? open link chain (long chain) Electronics 1 Sitex T170 radar, 1 Furono Navtex NX 300, 1 Anristu Radar RA771UA, 1lcom SSB M 700-P.R.S., 1 ?SEA? Automatic Antenna Tuner, 1 President LTD950 VHF Radio, 1 Standard VHF Radio, 1 Garmin GPs Map 130, 1 4? liquid magnetic compass ? Danforth Life Jackets 55 Adult Life Jackets Life Raft 3 life rings with lights Fire Extinguishers U.S.C.G. approved assorted 8 extinguishers Safety Equipment 1 406 HZ EPIRB Air Compressors (2) compressors Steering Hydraulic w/Aft twin rudders ? Comms/Nav auto pilot Accommodations Full Galley, and Mess, seating for 24, with 12 berths, bathroom and head, One T.V. Total Crew Cap Passenger Capacity 49, 22 crew 13. Crew boat and personnel will be used for the training detachment Maritime Operations Division. The Naval Special Warfare Group One Training Detachment Maritime Operations Division must be able to provide a competent and challenging nearshore/foreshore obstacle clearance exercise to meet the requirements set for a Naval Special Warfare squadron deployment. 14. Boat crew must be experienced at obstacle drops off the coast of San Clemente Island, CA. The previous obstacle drops were 12 to 20 per class. 15. Vendor to provide a suitable vessel to pick up, transport, and deliver (place in water off San Clemente Island, CA) up to 10 each, 2,000-pound concrete clumps, which will be used for basic underwater demolition training at San Clemente Island. Vessel shall be capable of the following: (1) Carrying and deploying up to ten (10) 2,000lb. concrete clumps; (2) Have the ability to maneuver and maintain position in strong currents off San Clemente Island; (3) Have hydraulic crane that can lift 2,000 pound concrete clumps and place in precise position and (4) Have a shallow draft (5?6? or less). 16. Vendor shall manufacture and provide concrete clumps in quantity groups of eight-ten clumps per evolution. Provide a per-clump cost with minimum order of eight clumps per order. Clump orders and delivery schedules will be determined in advance by the Contracting Officer with not less than 21 days notice to manufacture clumps. Clumps specifications: (1) Approximately 4? x 3? x 3? with a base width dimension wider than the top width for stability; (2) one re-bar lifting eye; and (3) Four pipe protrusions extending approximately 36? from the top of clump. 17. Include: Cage Code, Dun & Bradstreet Number, Federal Tax ID, Business Size (Large or Small), Manufacturer?s name and address for the crew boat and concrete clumps, Photos and Specifications for the crew boat and concrete clumps, Phone number and e-mail address of the point of contact for vendor, and Delivery Schedule of service and supplies. All attachments to be in Word 6.0 or higher. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies as well as the following addendum clause: Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.247-34, F.O.B. Destination. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. The DPAS rating for this solicitation is N/A. Quotes must be received no later than 3:00 PM, local time on 19 September 2006, and will be accepted via fax (619-532-1088) or via e-mail (charles.e.fletcher@navy.mil). Contact Charles E. Fletcher II at (619) 532-2658 for any questions or comments. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Quotes! submitted, as an attachment to an e-mail should be sent in Word Version 6.0 or higher.
 
Record
SN01146504-W 20060919/060917220214 (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.