SOLICITATION NOTICE
W -- Rental of boats in Guyana, South America in support of United States Army Special Operations Command South (SOCSOUTH)
- Notice Date
- 2/28/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532411
— Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
- Contracting Office
- Mission Division (PARC Americas 410th CSB), 4130 STANLEY RD STE 320, Fort Sam Houston, TX 78234-6102
- ZIP Code
- 78234-6102
- Solicitation Number
- W912CL-12-T-0034
- Response Due
- 3/1/2012
- Archive Date
- 4/30/2012
- Point of Contact
- Arthur Conkwright, 210-295-6539
- E-Mail Address
-
Mission Division (PARC Americas 410th CSB)
(arthur.conkwright@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 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 the notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Paper copies of this solicitation will not be available. The Request for Quotation (RFQ) number is W912CL-12-T-0034. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-55 dated 2 February 2012. This procurement is unrestricted. The North American Industry Classification System code is 532411, Small Business Size Standard 7.0. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. A firm fixed price purchase order will be awarded. Both clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. Description of Requirement: United States Army Special Operations Command South requires four (4) boats (must be 30-35ft LOA and covered) during the period beginning 05 March 2012 through 9 March 2012. The service will include the rental of the boats, the delivery and pick-up of all rental boats, and maintenance of the boats to assure safe operating conditions. The four (4) boats shall be delivered to the Parika Docks. 0001 Rental of four boats at Parika Docks in accordance with the Statement of Work during the period March 5 through March 9. (Four boats x five days = 20 rental days) 0002 Contractor Manpower Report in accordance with the Statement of Work. Not Separately Priced. Statement of Work 1.0 General Information. This Statement of Work details the requirements for boat rentals to be provided to United States Army Special Operations Command South (SOCSOUTH, also referred to herein as "the Government") in support of the US ARMY SOCSOUTH FUSED RESPONSE 2012 (FR12) in Guyana, South America. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary on the delivery dates as defined in this Statement of Work. 1.1 Scope: The contractor will provide four (4) boats (must be 30-35ft LOA and covered) during the period beginning 05 March 2012 through 9 March 2012. The service will include the rental of the boats, the delivery and pick-up of all rental boats, and maintenance of the boats to assure safe operating conditions. The four (4) boats shall be delivered to the Parika Docks. 1.2 Period of Performance. The period of performance begins 05 March 2012 and ends 9 March 2012. (Five days) 1.3 Quality Assurance: Equipment will be jointly inspected for physical condition and safety as well as applicable legal and sanitation compliance prior to acceptance and before term termination to ensure the units are suitable for everyday use. The US Government reserves the right to unilaterally reject any equipment its Representative finds unsuitable for any reason or no reason at the Government's sole discretion. 1.4 Government Representative: The Government Representative is Cory Sims, PO2, United States Navy. The government representative monitors all technical aspects of the contract and assists in contract administration and daily scheduling. The government representative is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies. The Government representative does not have the authority to make any change to the terms and conditions of this contract. 2.0 Contractor-furnished Items and Services. The contractor shall provide all equipment, personnel, fuel, maintenance, materials, and supervision for the successful performance of this contract. 2.1 Rental Boats. All boats shall be in excellent mechanical condition and fully operational. Boats shall be in compliance with all Guyana and local vessel and/or transportation regulations during the period of performance. Boat quantity and performance dates are established in the table in Paragraph 3.0. 2.1.1. Bare Boat vessel Charter: Four (4) twin-outboard vessels in sound mechanical, electrical and engineering condition capable of sustained operation (greater than 8hrs per day, up to and surpassing 45+ engine hours throughout the charter) underway. Vessels must be 30-35ft LOA and covered. 2.2.1 Oil. Contractor shall provide all required 2 cycle oil during the period of performance. 2.2.2 Fuel Stabilizer. Contractor shall provide all required fuel stabilizer during the period of performance. 2.3. Miscellaneous Items. Contractor shall provide eight (8) fuel cans per vessel (standard five gallon can), twenty (20) life jackets, four (4) fire extinguishers, one (1) extra propeller with parts per vessel, one (1) lower unit, and any other safety equipment required by Guyanese Coast Guard laws. 2.4 Insurance: The contractor is responsible for providing all insurance for its boats and personnel as required by local laws. In the event of an accident, the contractor is solely responsible for all damages to its property and/or any damage to a third party. The US Government assumes no liability for damages or injuries. 3.0 Specific Tasks. The contractor shall provide four (4) boats (as described in paragraph 2.1) on a daily basis in accordance with the following schedule: Period: March 5 through March 9, 2012 Location: Parika Docks, Guyana 3.1. Initial delivery. Initial delivery of all boats shall be made no later than 0800 hours on 5 March 2012 to Parika Docks 3.2 Contractor shall ensure vessels are delivered in operational condition. Damaged or non-operational vessels shall be repaired or replaced with the same type of vessel within 24 hours after notification from the Government Representative or Contracting Officer. 3.3 CONTRACTOR MANAGEMENT REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also know as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity W4RAAA; (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. The following provisions and clauses are applicable to this procurement: FAR 52.212-1. -- Instructions to Offerors -- Commercial Items.; FAR 52.212-3. -- Offeror Representations and Certifications -- Commercial Items.; 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 (OCT 2010) (DEVIATION); FAR 52.222-50. -- Combating Trafficking in Persons.; FAR 52.223-18. -- Contractor Policy to Ban Text Messaging While Driving.; FAR 52.225-14. -- Inconsistency Between English Version and Translation of Contract.; FAR 52.229-6. -- Taxes -- Foreign Fixed-Price Contracts.; FAR 52.232-18. -- Availability of Funds.; FAR 52.233-3. -- Protest After Award.; FAR 52.233-4. -- Applicable Law for Breach of Contract Claim.; FAR FAR 52.252-1. Solicitation Provisions Incorporated by Reference.; FAR 52.252-2. -- Clauses Incorporated by Reference.; FAR 52.252-6. -- Authorized Deviations in Clauses.; DFARS 252.203-7000. Requirements Relating to Compensation of Former DoD Officials.; DFARS 252.203-7002. Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7000; DFARS 252.209-7001; DFARS 252.209-7004; DFARS 212-7000.. Offeror Representations and Certifications--Commercial Items.; DFARS 252.212-7001. Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items.; DFARS 252.222-7002; DFARS 252-225-7005; DFARS 252.225-7041. Correspondence in English.; DFARS 252.225-7042. Authorization to Perform.; DFARS 252.229-7000. Invoices Exclusive of Taxes or Duties.; DFARS 252.229-7001; DFARS 252.232-7003. Electronic Submission of Payment Requests and Receiving Reports.; DFARS 252.232.7008. Assignment of Claims (Overseas).; DFARS 252.232.7010. Levies on Contract Payments.; DFARS 252.233-7001. Choice of Law (Overseas).; DFARS 252.243-7001. Pricing of Contract Modifications.. Instructions to Offerors Quote shall be submitted via email to SFC Martin, Robert E. at robert.martin21@us.army.mil and Mr Art Conkwright at arthur.conkwright@us.army.mil no later than 1 March 2012 at 10:00 AM Central Standard Time. Price shall be submitted in Guyanese Dollars (GYD) exclusive of Value Added Tax (VAT). VAT may be submitted as a separate Line Item to the Offeror's Quote. Question Submission: Interested Offerors may submit any questions concerning the solicitation. Questions shall be submitted no later than 29 February 2012 to SFC Martin, Robert E. at robert.martin21@us.army.mil or Mr Art Conkwright at arthur.conkwright@us.army.mil Basis of Award: Award will be made to the offeror offering the lowest evaluated price for items conforming to the Statement of Work.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0ec18b94edaf2f6e6d39f304c7c0ae35)
- Place of Performance
- Address: Mission Division (PARC Americas 410th CSB) 4130 STANLEY RD STE 320, Fort Sam Houston TX
- Zip Code: 78234-6102
- Zip Code: 78234-6102
- Record
- SN02684712-W 20120301/120228234941-0ec18b94edaf2f6e6d39f304c7c0ae35 (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 |