SOLICITATION NOTICE
19 -- Bare Boat Charter
- Notice Date
- 9/22/2011
- 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
- H92242-12-T-0500
- Archive Date
- 10/20/2011
- 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-0500. 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 for the period: 08-13 October 2011 a. 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 charters to NSWG-4 for Master Mariner and Navigation training evolutions. Charter vessel must be located in the Norfolk/Va Beach Little Creek Area. Vessel shall be berthed throughout the contract period at the vessel's normal berthing location. The berthing location shall be easily accessible, alongside berth and within the confines of Little Creek Naval Amphibious Base. Charter vessel must be greater than 25ft feet in length and must possess a main salon area capable of hosting 4-6 personnel. Vessels must have a range of at least 150 Natical Miles. Use of simulated ammunitions shall authorized under controlled conditions. 2.2 Place of Performance: Boat Charter event shall occur in the vicinity of the Joint Expeditionary Base Little Creek-Fort Story (JEBLCFS)to include, but not limited to, ICW, Chesapeake Bay (and tributaries), Elizabeth River, Albemarle Sound and the Atlantic Ocean. 3 Contractor Furnished Material: •- Three (3) vessels in sound mechanical, electrical and engineering condition capable of sustained operation (greater than 14hrs per day, up to and surpassing 100+ engine hours throughout the charter) at sea. •- Vessels must be greater than 25ft LOA •- Vessels must provide an enclosed area (main and satellite salons) capable of accommodating 6 personnel and equipment. •- Vendor shall provide a check-out on the first day of the charter in which the US Government crew will receive a thorough tour of the vessels and systems. The checkout will include an underway event in which the vendor shall demonstrate all vessel systems (Navigation, electrical, propulsion, etc) to the US Government crew. Vendor shall provide main propulsion system operation performance data (cruising RPM, Max RPM, Derating specifications, etc). Vessels shall provide 120VAC (minimum 30amp)service underway and berthed. - Vendor shall provide an end-of-charter cleaning service. All required USCG safety equipment shall be included; personal flotation devices shall be provided up to the maximum number of personnel that the vessels are designed to carry. All propulsion or navigation systems repairs necessary to ensure continued operation shall be made expeditiously by the vendor. If vessel cannot be repaired within 24hrs, vendor shall obtain like replacement vessel or the contract can be cancelled by the Government effective the date of failure precluding continued operation. Vessels shall be delivered fully fueled with spare fluids and parts as required. •0 Government Furnished Equipment (6FE) : NSWG-4 will provide fuel. •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: Anticipated 08-13 October 2011 (06 days) The requested start date for this effort is at contract award for a period not to exceed 06 days total beginning 08 October 2011. 0 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 05 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-0500/listing.html)
- Place of Performance
- Address: Norfolk, Va, Norfolk, Virginia, 23459, United States
- Zip Code: 23459
- Zip Code: 23459
- Record
- SN02588891-W 20110924/110923000303-233da8124e58928b3b29b42ca9f7ea4c (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 |