SOLICITATION NOTICE
19 -- Bare Boat Charter
- Notice Date
- 9/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- 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
- H92242-12-T-0501
- Archive Date
- 10/22/2011
- Point of Contact
- LaVerne L Whitfield, Phone: 757-763-4430, Ruby Phillips, Phone: 757-763-4432
- E-Mail Address
-
whitfield_a@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil
(whitfield_a@nsweast.socom.mil, ruby.phillips@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 H92242-12-T-0501. This solicitation documents incorporates provisions and clauses that are in effect through FAC 2005-48, dated 31 Jan 2011 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 532411, 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: Performance shall be in accordance with the following: Statement of Work •1.0 Project Overview: •1.1 Provide Bare Boat vessel charter for Naval Special Warfare Group FOUR (NSWG-4) training evolutions from 11 Oct 2011 through 29 Oct 2011. •1.2 The Contractor shall conduct the necessary measures to provide mechanically and electrically sound vessels 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 chartering services to NSWG-4 for Master Mariner training evolutions. Required vessels must be greater than 35 feet in length with the capacity to berth a crew of three and accommodate up to 6 additional passengers. Vessel must have a range of at least 200 Natucal Miles. 2.2 Place of Performance: Contracted vessels will be operated on coastal waters in vicinity of Miami, Florida. The vessels shall be berthed at Government expense should the vessels be relocated from vendor-provided berthing. 2.3 Contractor Furnished Material: •. One Sea Ray 380 (38') vessel, or equivalent, in sound mechanical condition for the period 11 Oct 2011 through 29 Oct 2011. Vessel shall possess an operable 120VAC 60Hz Generator (GenSet) with minimum 30-50A service. All required USCG safety equipment and documentation, including a minimum of 10 approved life jackets, shall be provided by the vendor. •. One 13ft Zodiac Inflatable Boat with 15hp outboard motor and 2 each 5-gallon portable fuel tanks and hoses. Zodiac shall come equipped with 2 x paddles, repair kit, and y-type dinghy towing bridle with minimum 50ft towline. Zodiac shall be provided for the period 11 Oct 2011 through 29 Oct 2011.. One Sea Ray 420 (42') vessel, or equivalent, in sound mechanical condition for the period 11 Oct 2011 through 29 Oct 2011. Vessel shall possess an operable 120VAC 60Hz Generator (GenSet) with minimum 30-50A service. All required USCG safety equipment and documentation, including a minimum of 10 approved lifejackets, shall be provided by the vendor. •. The vendor shall be prepared to provide 4 saltwater, offshore type fishing poles, basic tackle, and 2 each 4 0 gallon coolers if required by the Government. A 12 hour notice shall be given if fishing equipment is required. The outfitting shall be 2 fishing poles/tackle and 1 cooler per vessel. Vendor shall provide timely (within 12 hrs following notification) propulsion, electrical or navigation system repairs necessary to ensure continued operation throughout the charter term.. Vessels shall be delivered to the Government fully fueled and will be returned in the same manner to the Vendor.. All routine maintenance items for engineering and propulsion systems shall be completed and up to date before the inception of the charter. The vendor shall have no access to the craft during the charter for other than emergent repairs.. Spare fluids and parts consumed and/or replaced during normal operation (Main Engine/Reduction Gear lube oil, coolants, RACOR filter elements, etc) shall be provided by the vendor.. Vendor shall conduct•an acceptance inspection on the delivery date in which all discrepancies are noted and recorded by the Vendor and Government representatives. All operating procedures and parameters shall be briefed by the vendor. A similar inspection shall be conducted during turnover at the close of the charter. 0 Government Furnished Equipment (GFE) : NSWG-4 shall provide fuel throughout the charter and will make the vessel available to the vendor for repair if necessary throughout the charter. 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. 0 Period of Performance: •1. Delivery to Government: 0900, 11 Oct 2011. •2. Delivery to Vendor: NLT 1500, 29 Oct 2011. Point of Contact: LaVern Whitfield, Telephone number 757-763-4430. 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 07 Oct 2011. All questions shall be sent to the Contracting Officer, LaVern Whitfield, at (757) 763-4430 or email whitfield_a@nsweast.socom.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-12-T-0501/listing.html)
- Place of Performance
- Address: Vicinity of Miami, FA, Miami, Florida, United States
- Record
- SN02588791-W 20110924/110923000147-44b4e3a979acbfd78a0bb967b380e82b (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 |