Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2010 FBO #3275
SOLICITATION NOTICE

19 -- Bare Boat Charter Services

Notice Date
11/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
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
H92242-11-T-0003
 
Archive Date
12/10/2010
 
Point of Contact
Ruby Phillips, Phone: 757-763-4432, Mary Tuttle, Phone: 757-763-4407
 
E-Mail Address
ruby.phillips@nsweast.socom.mil, mary.tuttle@nsweast.socom.mil
(ruby.phillips@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, issued as a Request for Quotation; a written solicitation will not be issued. Solicitation Number H92242-11-T-0003 incorporates provisions and clauses that are in effect through FAC 2005-14, dated 22 November 2006 and DFARS Change Notice 20050930. 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. This requirement is Set-aside for Small Business. The NAICS code is 532411, the Size Standard is $6.5. The Naval Special Warfare Group Four (NSWG-4) requests responses from qualified sources capable of providing bareboat chartering services, in accordance with the attached statement of work. CLIN 0001: December 13 to December 17, 2010 provide 30 foot Wellcraft (or equal) and 45 foot Viking (or equal) covers five (5) days each day pricing. 5/DAY $___________ Each Day (two (2) vessels) CLIN 0002: January 10, to January 21, 2010, provide 30 foot Wellcraft (or equal) and 45 foot Viking (or equal) covers twelve (12) days each day pricing. 12/DAY $ __________ Each Day (two (2) vessels each) CLIN 0003: January 24, to January 28, 2010, provide 30 foot Wellcraft (or equal) and 45 foot Viking (or equal) covers twelve (5) days each day pricing. 5DAY $ __________ Each Day (two (2) vessels each) CLIN 0004: January 31, to February 04. 2010, provide 30 foot Wellcraft (or equal) and 45 foot Viking (or equal) covers five (5) days each day pricing. 5/DAY $ __________ Each Day (two (2) vessels each) CLIN 0005: February 28 to March 11, 2010, provide 30 foot Wellcraft (or equal) and 45 foot Viking (or equal) covers twelve (12) days each day pricing. 12/DAY $ __________ Each Day (two (2) vessels each) CLIN 0006: March 24 to April 04, 2010, provide 30 foot Wellcraft (or equal) and 45 foot Viking (or equal) covers twelve (12) days each day pricing. 12/DAY $ __________ Each Day (two (2) vessels each) NSWG-4 anticipates awarding a Firm Fixed Price Contract. The following Federal Acquisition Regulations (FAR) provisions and clauses are applicable to this procurement. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 (Jun 06) 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 2006), 52.222-3 Convict Labor (Jun 2003), 52.222-21 Prohibition of Segregated Facilities ((Feb 1999) 52.222-26 Equal Opportunity (Apr 2002), 22.222-35 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), for EPA-Designated Products (Aug 2000), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), 52.233-3 Protest After Award (Aug 1996). DFAR 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of commercial items ( Nov 2001). 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/. 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) As prescribed in 5615.209(l), insert the following provision All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Officer. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact by email: Ruby Phillips, Contract Specialist Ruby.phillips@nsweast.socom.mil 757-763-4432 And copy to: Mary Tuttle, Chief Contracting Officer mary.tuttle@nsweast.socom.mil 757-763-4407. 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquistions of Commercial Items. (July 2009) 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 Vendor whose offer conforms to the solicitation offering the lowest price technically acceptable. Solicitation and questions will only be received by email prior to the closing date 25 November 2010, 1300 Eastern Standard Time. STATEMENT OF WORK Bare Boat Charter Services Project Overview: Provide Bare Boat Vessel Chartering Services for Special Boat Team TWENTY (SBT-20) training evolutions. The contractor shall conduct the necessary measures to provide a clean, mechanically and electrically sound vessel to support training evolutions. Detailed Description of the Work to be performed: Task Description: Provide 51 days, 24 hours of bare boat chartering services for SBT-20 in support of Master Mariner training evolutions. Vessels to be available for pick-up approximately 8:00 AM and shall be returning approximately 4:00PM with a full tank of fuel. Required charter vessels and dates identified below: a) 13-17 DEC 2010; vendor will be required to have two vessels available for training, equal to the following: a. 3 0' WellCraft b. 45' Viking b) 10-21 JAN 2011; vendor will be required to have two vessels available for training, equal to the following: a. 30' WellCraft b. 45' Viking c)24 Jan-28 Jan 2011; vendor will be required to have two vessels available for training, equal to the following: a. 30' WellCraft b. 45' Viking d) 31 JAN-04 FEB 2011; vendor will be required to have two vessels available for training, equal to the following: a. 30' WellCraft b. 45' Viking e) 28 FEB-11 MAR 2011; vendor will be required to have two vessels available for training, equal to the following: a. 30' WellCraft b. 45' Viking f) 24 MAR-04 APR 2011; vendor will be required to have two vessels available for training, equal to the following: a. 30' WellCraft b. 45' Viking Vessels shall be located in the local Virginia Beach/Hampton area. Vessel Inspection (check-in/check-out) shall be performed to include Government and Contractor visually inspecting and agreeing on condition of the Vessel before lease to begin. The Government will return the vessel in equal condition as it was received from the vendor, to include normal wear and tear. Licensed Boat Captain services to be available, if required to review and/or train Government Official to operate as a Boat Captain during the lease period. If the Government has a licensed Boat Captain training on this lease, these services will not be required. Place of Performance: Work shall be performed within 200 nautical miles from place of rental, to include, but not limited to: inter coastal waterways, Chesapeake Bay, and the Atlantic Ocean. Contractor Furnished Material: Contractor shall ensure that the vessel meets United States Coast Guard (USCG) Regulations and outfitted with the all USCG required boating safety equipment, to include Global Positioning Unit. Government Furnished Equipment: SBT-2 0 will provide personnel and any equipment outside USCG Safety Regulations. 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. Period of Performance: 13 DEC 2010 - 04 APR 2011. Points of Contact: Mary Tuttle, Contracting Officer, 757-763-4407 Mary, tuttle@nsweast. socom.mil Contracting Officer shall approve all changes and/or additional charges prior to inception pertaining to this awarded agreement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-11-T-0003/listing.html)
 
Place of Performance
Address: Special Boat Team Twenty, Virginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN02326081-W 20101112/101110234456-d93a73d458798d05a0a143ed815147bb (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.