Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2012 FBO #3931
SOLICITATION NOTICE

J -- Go-Fast Boat Refurbishment

Notice Date
8/27/2012
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Sato Cano Branch (PARC Americas 410th CSB), Contracting Office, Unit 5720, PSC 42, APO, AA 34042
 
ZIP Code
34042
 
Solicitation Number
W912QM-12-R-0009
 
Response Due
9/7/2012
 
Archive Date
11/6/2012
 
Point of Contact
Roberto Aviles, 011 504 2234463
 
E-Mail Address
Sato Cano Branch (PARC Americas 410th CSB)
(roberto.aviles.hn@jtfb.southcom.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS "Go-Fast" Boat Refurbishment Requirement Date: 23 August 2012 410th Contracting Support Brigade RCO CCEC-AMS Soto Cano AB, Comayagua, Honduras, Central America UNCLASSIFIED Subject: "Go-Fast" Boat Refurbishment Requirement Proposed Solicitation Number: W912QM-12-R-0009 Closing Response Date: On or about 7 September 2012 Point of Contact / Contracting Officer: Ricardo H. Monroy, TSgt, USAF, ricardo.monroy@jtfb.southcom.mil Alternative POC: Mr. Roberto Aviles, roberto.aviles.hn@jtfb.southcom.mil Description: Boat refurbishment and modification services of Eduardono-type Go-fast Vessels on or about 25 September 2012, a proposal due date on or about 08 September 2012. The Government intends to procure the requirement under NAICS 336611. The solicitation will result in a single commercial firm fixed price, Indefinite Delivery Indefinite Quantity type contract. The official release of the Request for Quote (RFQ) will be posted on the internet at the Army Single Face to Industry (ASFI) web site located at the following address: https://acquisition.army.mil/asfi/default.cfm. The on-line version of the RFQ will include all documents of the solicitation package. No hard copy of the RFQ will be issued. Amendments, if any, will be posted at the same location as the solicitation. The complete solicitation package, including amendments, should be received and reviewed prior to submitting a response. It is the responsibility of those responding to the solicitation to obtain all amendments and/or other applicable documents. It is the potential offerors' responsibility to monitor the Army Single Face to Industry website on a regular basis for any updates to the solicitation to obtain all amendments and/or other applicable documents. No partial proposals will be considered and no partial awards will be made. Contractors must be registered in the Central Contractor Registration (CCR) database to be considered for award of a Federal contract. Information regarding registration can be obtained from the Business Partner Network site in the CCR link at https://www.ccr.gov/. Registration must be completed prior to the RFQ closing date. All questions and/or comments in response to this pre-solicitation notice shall be submitted in writing and emailed to the points of contact mentioned above. All correspondence shall reference the solicitation number in the subject. Place of Contract Performance: Honduran Naval Base Puerto Cortes, Honduras, C.A. This is a synopsis in accordance with FAR 5.207 PERFORMANCE WORK STATEMENT (PWS) Go-Fast Vessel Refurbishment and Assembly for Honduran Navy USMILGROUP Part 1 General Information 1. General: The contractor shall provide all personnel, equipment, supplies, material, facilities, transportation, tools, materials, supervision, and any other items to provide refurbishment and assembly services on Eduardo o-type go-fast vessels for the Honduran Navy (Fuerza Naval). The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1. Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform refurbishment and assembly services as defined in this PWS, except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2. Background: This is a USMLGP Honduras/USSOUTHCOM project to assist the Honduran Navy in their efforts to build a more robust counter-illicit trafficking force. Previous efforts by the U.S. Government to assist the Honduran Navy with vessels similar to those used by the U.S. Navy and Coastguard were not sustainable by the Honduran Navy given the complex systems aboard as well as the high cost to maintain such systems. 1.3. Objectives: The purpose of this effort is to provide the Honduran Navy a more robust fleet of "go-fast" vessels. 1.3.1. Provide counter-illicit trafficking support. 1.3.2. Operate and maintain vessels with which the Honduran Navy is familiar. 1.3.3. Provide vessels at a low-cost to both the U.S. Government as well as the Honduran Navy over the life of the vessels. 1.4. Scope: The contractor shall perform refurbishment and modification of an indefinite quantity of Government provided Eduardo o-type go-fast vessels, as well as installation and assembly of Government and Honduran Navy provided equipment and motors in accordance with this PWS. 1.5. Period of Performance: The period of performance shall be for one (1) year with one (1) year option period, which may be exercised by the Government, in order to refurbish and modify boats. 1.5.1. The first boat refurbishment shall be completed within 45 days of issuance of the first delivery order, regardless of the total quantity specified on the first delivery order. 1.5.2. Each subsequent boat refurbishment shall be provided to the U.S. Government within 30 days thereafter. 1.6. General Information 1.6.1. Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The contractor's quality control plan will be submitted to the contracting officer 30 days after award of contract. 1.6.2. Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3. Recognized Holidays: New Year's DayLabor Day Martin Luther King Jr.'s BirthdayColumbus Day President's DayVeteran's Day Memorial DayThanksgiving Day Independence DayChristmas Day 1.6.4. Hours of Operation: The contractor is responsible for establishing their own business hours in order to meet the delivery schedule identified in paragraph 1.5. of this PWS. The contractor shall have a representative available between the hours of 8:00am to 5:00pm, Monday through Friday, except on the recognized Holidays listed in paragraph 1.6.3. The Contractor must maintain an adequate workforce at all times to ensure uninterrupted performance of all tasks defined within this PWS. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5. Place of Performance: Refurbishment and modification of each boats shall be performed at the contractor's place of business. 1.6.5.1. The contractor shall pick-up the Government provided boats from Puerto Cortes or a location specified by the COR or Contracting Officer. Upon completion of work for each boat, the contractor shall be responsible for delivering the boat to Puerto Cortes, or a location agreed upon by the contractor and COR, at no additional cost to the Government. 1.6.5.2. Prior to acceptance, by the Government, the inspection and testing of each completed boat shall be accomplished at Puerto Cortes. 1.6.6. Type of Contract: The government will award a Firm Fixed-Price (FFP) Indefinite Quantity type contract. 1.6.7. Security Requirements: Contractor personnel performing work under this contract need not possess or attain a security clearance for performance under this PWS; however, the contractor shall provide, obtain, and maintain necessary documents necessary to gain access to the Honduran Naval Base and facilities in Puerto Cortes, as required. 1.6.7.1. Physical Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. The contractor shall be responsible for lost, stolen, or damaged Government property provided to the contractor under this contract. 1.6.7.2. Key Control: The Contractor shall establish and implement methods of making sure all keys or key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. 1.6.7.2.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. 1.6.7.2.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.6.7.3. Lock Combinations: The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. 1.6.7.4. Anti Terrorism Awareness: The Contractor will ensure that all Contractor employees have been briefed on the iWATCH Program or equivalent for JTF-B within 30 days of employment. The Contractor will coordinate with the JTF-B AT Officer at Joint Security Forces for the briefing at 2234-3634 ext. 4176. A copy of the training attendance will be maintained by the Contractor and made available to the COR upon request. 1.6.7.5 Terrorist Threat Reports: The Contractor shall immediately report terrorist or bomb threats within 10 minutes to the JSF front desk, at tel: 2234-4634 ext. 4170 emergency dispatcher with a subsequent report to the Contracting Officer or designated representative and COR. 1.6.8. Special Qualifications: The contractor shall obtain and possess all qualifications, certifications, bonds, insurance, and any other item required by the Honduran Government for the performance of this contract. The contractor shall ensure that all employees possess all required certifications and training for work being performed. 1.6.9. Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity in accordance with Federal Acquisition Regulation Subpart 42.5. The Contracting Officer, Contracting Officer's Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings, the Contracting Officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.10. Contracting Officer's Representative (COR): The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: 1.6.10.1. Assure that the Contractor performs the technical requirements of the contract; 1.6.10.2. Perform inspections necessary in connection with contract performance; 1.6.10.3. Maintain written and oral communications with the Contractor concerning technical aspects of the contract; 1.6.10.4. Issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; 1.6.10.5. Coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.11. Key Personnel: N/A 1.6.11.1. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the Contracting Officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 8:00am to 5:00pm, Monday thru Friday. 1.6.12. Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations, where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Contractor personnel attending meetings or performing work on a Government installation must wear proper identification at all times. 1.6.13. Synchronized Pre-deployment and Operational Tracker (SPOT): Upon award of this contract or employment of new personnel, the Contractor will enter all Contractor employees into the SPOT system. The COR will approve all Contractor employees in the SPOT system and a Letter of Authorization (LOA) is generated to the Contractor on each Contractor employee. The LOA will be regenerated by the Contractor upon expiration of the LOA. Information and standards for the SPOT system is posted on the U.S. Government Foreign Clearance Guide website at https://www.fcg.pentagon.mil/fcg.cfm for the country of Honduras. Access to SPOT is https://spot.altess.army.mil. 1.6.14. Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. Part 2 Definitions and Acronyms 2. Definitions and Acronyms: 2.1. Definitions: 2.1.1. Contractor: A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. Contracting Officer: A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. Contracting Officer's Representative (COR): An employee of the U.S. Government appointed by the Contracting Officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. Defective Service: A service output that does not meet the standard of performance associated with the PWS. 2.1.5. Deliverable: Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6. Key Personnel: Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. Physical Security: Actions that prevent the loss or damage of Government property. 2.1.8. Quality Assurance: The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. Quality Assurance Surveillance Plan (QASP): An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. Quality Control: All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. Subcontractor: One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. Work Day: The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. Work Week: Monday through Friday, unless specified otherwise. 2.2. Acronyms: ACORAlternate Contracting Officer's Representative AFARSArmy Federal Acquisition Regulation Supplement ARArmy Regulation CCEContracting Center of Excellence CFRCode of Federal Regulations CONUSContinental United States (excludes Alaska and Hawaii) CORContracting Officer's Representative COTRContracting Officer's Technical Representative COTSCommercial-Off-the-Shelf DADepartment of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254Department of Defense Contract Security Requirement List DFARSDefense Federal Acquisition Regulation Supplement DMDCDefense Manpower Data Center DODDepartment of Defense FARFederal Acquisition Regulation HIPAAHealth Insurance Portability and Accountability Act of 1996 KOContracting Officer OCIOrganizational Conflict of Interest OCONUSOutside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPOPhase In/Phase Out POCPoint of Contact PRSPerformance Requirements Summary PWSPerformance Work Statement QAQuality Assurance QAPQuality Assurance Program QASPQuality Assurance Surveillance Plan QCQuality Control QCPQuality Control Program TETechnical Exhibit Part 3 Government Furnished Property, Equipment, and Services 3. Government Furnished Items and Services: 3.1. Services: The Government will not provide any services in support of this PWS. The contractor will provide all services. 3.2. Facilities: The Government will not provide any facilities in support of this PWS. The contractor will perform services at the contractor's place of business. 3.3. Utilities: The Government will not provide any utilities in support of this PWS. The Contractor will provide all utilities necessary for services in support of this PWS. 3.4 Equipment: The Government will provide to the contractor the following for each task order: 3.4.1. Each 32-foot Eduardo o-type go-fast boat hull to the Contractor for refurbishment as required under each task order. If the Contractor determines that a hull provided by the Government is not worthy of refurbishment, i.e., not seaworthy, the Contractor may request the hull be replaced with another. 3.4.2. The Government will provide two (2) each Yamaha 200, two-stroke outboard motors for each boat refurbished as required under each task order. Part 4 Contractor Furnished Items and Services 4. Contractor Furnished Items and Responsibilities: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Part 3 of this PWS. 4.2. Materials: The Contractor shall refurbish, install and assemble all Government and Honduran Navy provided materials in accordance with this PWS. 4.3. Equipment: The Contractor shall refurbish, install and assemble all Government and Honduran Navy provided equipment in accordance with this PWS. Part 5 Specific Tasks 5. Specific Tasks: 5.1. Basic Services. The contractor shall provide the following refurbishment and assembly services for Eduardo o-type go-fast vessels: 5.1.1. Reinforce Hull by adding two (2) fiberglass, foam-injected stringers lengthwise along the bottom of the hull to add durability during high speed operations. 5.1.2. Add Polyurethane foam to the hulls to increase floatability. 5.1.3. Add a second deck approximately 12"-15" above the existing deck. The second deck must be at least 1" thick, comprised of 1/2" plywood padded on either side by two (2) layers of fiberglass, to support the weight of equipment and personnel during operations. A second deck will have a non-skid covering all surfaces. 5.1.4. Add a storage compartment, constructed of fiberglass, to the bow of the vessel. The size of the storage compartment will be 90" wide, 40" high, and 84" deep. Storage compartment will have a 13" wide by 32" tall access door located in the center of storage compartment wall that faces aft. Access door will be water-tight, have rugged hinges, a locking mechanism, a mechanism that will allow the door to be held in the open position. No less than six tie downs will be mounted on second deck inside storage compartment. A battery powered light will be mounted on ceiling of storage compartment within reach of someone standing outside the access door. On both the left and right side of the storage compartment, foot-holds will be cut into the bullhead to provide a step for crewmembers as they disembark the vessel. Foot-holds will be approximately 12-18" above second deck. 5.1.5. Install a gun mount capable of holding a.50 caliber weapon will be located on top of the storage compartment. Gun mount will be located in a manner that gun operator will be standing on second deck, aft of the storage compartment. At location of gun mount, storage compartment will be reinforced with a 3/8" thick steel plate. Size of steel plate will be 10" x 10" and located no closer than 4 " from aft edge of top of storage compartment. 5.1.6. Install at the Aft of the storage compartment will be seating for two crew-members. A straddle-seating design will be utilized so that both crew members will sit in a single row straddling the bench located in the center (width-wise) of the vessel. The bench will be cushioned on the seats and backs. Seat position will have adequate hand-holds for crew members. The total length of the bench will not exceed 48" and will be located no less than 20" from the front of the console to avoid interfering with the console door. A cooler will be built into the floor directly in front of the seat. The cooler dimensions will be 32"x24"x12". It will be insulated and have a small pump to remove excess water. Access door will be built into and sit flush with the second deck. 5.1.7. The console will be located aft of the seating area. Console will be of adequate height for maximum comfort and usability by boat driver and navigator. Console will be of adequate width to house gauges and displays, while still allowing for adequate space to walk around it on either side. Console will be located approximately 84" from stern of vessel to front of console (where driver stands). Console will be constructed of fiberglass and will include steering wheel, throttle levers, and engine gauges (1 tachometer and 1 temperature gauge per motor). The console will also include radar and GPS displays located to the left of the engine gauges and above the steering wheel for easy visibility by boat driver. Navigation lights will be attached to the left and right side of the console. Also, there needs to be adequate space on the right side of the console for the radio KDU panels that will allow the radio operator to easily switch radio frequencies without having to gain access to the radio compartment. The console will have a metal dowel-rod running the width of the front that can be used as a hand-hold by driver/navigator/communications officers. The console will also have a built-in storage compartment for communication equipment. Storage compartment will be built into base of console at a height that is adequate for easy access by the communications officer. It must also be located in a manner that will not interfere with boat driver. Storage compartment must have an access door with rubber seal to prevent water from leaking into compartment. Access door must have a lock and a mechanism for holding the door in the open position. When inside compartment, communications gear must be locked in place to avoid damage from movement. It must also be easily removable. Console will also house batteries. Side of console facing forward will have access door to the batteries. Access door will be water-tight with rugged hinges, locking mechanism, and a mechanism that will allow the door to be held in the open position. Console will be screwed to the second deck and then covered with fiberglass to provide extra reinforcement. Aft of the console will be a driver/navigator bench seat, approximately the same width as the console. On the back side of the seat will be a storage compartment for munitions designed to hold boxes of.50 cal and 7.62mm. The entire unit will be screwed to the second deck and then covered with fiberglass to provide extra reinforcement. 5.1.8. Install a 160-gallon fuel tank between the first and second decks, located under and aft of the console. The fuel tank will be made of metal and reinforced with fiberglass and foam. An access port to refuel the tank will be provided in the second deck. A mechanical fuel gauge will be installed inside the access port. 5.1.9. Add a metal canopy frame located above console. A canvas canopy will provide protection from sun. Canopy frame will also support radar and communications antennas. Canopy frame will be secured to second deck with screws and covered with fiberglass to provide extra reinforcement. Canopy will be no wider than 3" either side of console. 5.1.10. Mount a Furuno M16 radar on canopy frame at least 72" above second deck. 5.1.11. Mount Eight (8) tie downs, four on each side of vessel, along the rails, evenly spaced. Mount four (4) handrails on bulkheads, two (2) aft of the forward gun mounts and two (2) forward of the aft gun mounts. 5.1.12. Add an engine splashguard to the stern of the vessel to prevent flooding of vessel when engines are operating in reverse. Splashguard will be constructed of fiberglass, will be the width of the vessel, at least three feet deep, and be no less than 30 degrees to provide adequate draining. Drainage tubes and bilge pumps will be located in the aft section of the vessel to prevent flooding of vessel. On either side of the engine splashguard a one crew member seat will be built. The seat will be incorporated into the bulkhead and positioned in a location where it will not interfere with aft weapons operators. 5.1.13. Attach four (4) gun mounts for 7.62mm weapons. Forward mounts will be located between the storage compartment and the console. Aft mounts will be located between the console and the engine splashguard. The gun mount positions will be reinforced with steel plates. The exact location of the gun mounts will be determined by USMLGP and Honduran navy personnel. 5.1.14. Add high-impact foam- rubber, 3" wide, located on the bow of the vessel just under the top edge of the rail. The high impact foam will be run no less than 84" from the bow of the vessel on both the starboard and port sides. 5.1.15. Attach a tow rope point located on the bow of the vessel on the exterior side and above the water line. The tow rope attachment point will be mounted in such a manner to withstand forces exerted upon it when the vessel is being towed. 5.1.16. Paint entire hull - inside and out - haze gray. 5.1.17. Paint the bottom of the hull withanti-growth paint. 5.1.18. Paint hull identification numbers on the exterior front of the vessel, on both the starboard and port sides. 5.1.19. Install Government two (2) each provided Yamaha 200, two-stroke outboard motors per refurbished boat. The contractor shall provide and connect all engines to control panel components to include, but limited to, wiring harness, fuel lines, engine gauges, and tachometers. 5.1.20. Install all electrical wiring. 5.1.21. The vessel must meet a maximum speed of 40 knots while fully-equipped and with a maximum of nine (9) crew members. 5.1.22. The contractor shall provide an anchor and 50 feet of line will be provided. 5.1.23. Upon completion of each boat, the contractor shall coordinate with the COR for an operational check, ensuring that the boat meets the specifications outlined in this PWS. 5.3. 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: 5.3.1. Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); 5.3.2. Contract number, including task and delivery order number; 5.3.3. Beginning and ending dates covered by reporting period; 5.3.4. Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; 5.3.5. Estimated direct labor hours (including sub-Contractors); 5.3.6. Estimated direct labor dollars paid this reporting period (including sub-Contractors); 5.3.7. Total payments (including sub-Contractors); 5.3.8. Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); 5.3.9. Estimated data collection cost; 5.3.10. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); 5.3.11. 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); 5.3.12. Presence of deployment or contingency contract language; and 5.3.13. 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. Part 6 Applicable Publications 6. Applicable Publications (current editions): Non-applicable. Part 7 Attachment/Technical Exhibit Listing 7. Attachment/Technical Exhibit List: 7.1. Attachment 1/Technical Exhibit 1 - Performance Requirements Summary 7.2. Attachment 2/Technical Exhibit 2 - Deliverables Schedule 7.3. Attachment 3/Technical Exhibit 3 - Estimated Workload Data Technical Exhibit 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Quality Assurance Surveillance Plan (QASP) Contract Number: Contract Description: Refurbishment and modification of Eduardo o-type Go-fast vessels for the Honduran Navy (Fuerza Naval). This is a USMLGP Honduras/USSOUTHCOM project to assist the Honduran Navy in their efforts to build a more robust counter-illicit trafficking force. Contractor's name: (hereafter referred to as the contractor). 1. Purpose This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: What will be monitored. How monitoring will take place. Who will conduct the monitoring. How monitoring efforts and results will be documented. This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government's responsibility to be objective, fair, and consistent in evaluating performance. This QASP is a "living document" and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities. 2. Government Roles and Responsibilities The following personnel shall oversee and coordinate surveillance activities. a. Contracting Officer (KO) - The KO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The KO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The KO is ultimately responsible for the final determination of the adequacy of the contractor's performance. Assigned KO: Ricardo H. Monroy Organization or Agency: 410th Contracting Support Brigade, Soto Cano Regional Contracting Office (RCO) b. Contracting Officer's Representative (COR) - The COR is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractor's performance. The COR shall keep a quality assurance file. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government's behalf. Assigned COR: LCDR Kevin Self c. Contracting Administrator (CA) - The CA serves as the POC for the all contracting matters under this contract. The CA works directly with the KO; however, is not empowered to make any contractual commitments. 3. Contractor Representatives The following employees of the contractor serve as the contractor's program manager for this contract. a. Program Manager - To be provided by the contractor upon award b. Other Contractor Personnel - To be provided by the contractor upon award 4. Performance Standards Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards. The Contractor shall submit a time and cost estimate for each proposed delivery order/task order and shall submit his plans for performance of the work. At a minimum, the Contractors' plans will include: (1) A statement of understanding of the task; (2) A description of the approach to the task; (3) A list of participants by expertise (also by name if other than those submitted in the Contractors' original qualifications package); (4) The level of effort estimated by labor category, e.g. principal investigator, research assistant, administrative support and; (5) A cost estimate. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). The Acceptable Quality level is the percentage of tasks that meet the standards listed in the table below. Performance Objective StandardPerformance Threshold Method of Surveillance PRS # 1. The contractor shall provide hull modification IAW section 5.1. of this PWS.Product delivered on time with no more than 10% variance. Product deemed acceptable by COR.95% over all tasks in section 5.1.Direct Observation, 100% Review or Status Meeting PRS # 2. Accessories Installation All components are installed properly and provide accurate output or display. 100% of all compoentsDirect Observation, 100% Review or Status Meeting PRS # 3. Sea Trials Product delivered on time and at cost with no more than 10% variance. Product deemed acceptable by COR. 95% over all tasks in section 5.1.Direct Observation, 100% Review or Status Meeting 6. Methods of QA Surveillance Various methods exist to monitor performance. The COR shall use the surveillance methods listed below in the administration of this QASP. a. Direct Observation. (Can be performed periodically or through 100% surveillance.) 1, 2, 3, 4 b. 100% Review. (Evaluates all outcomes.) 1, 2, 3, 4 c. Progress or status meetings. 1, 2, 3, 4 8. Documenting Performance a. Acceptable Performance Performance shall be documented using the attached Surveillance Form. A Form shall be completed for each Task initiated under this contract. Forms shall be completed by the COR. The Government shall document positive performance. Any report may become a part of the supporting documentation for any contractual action. b. Unacceptable Performance When unacceptable performance occurs, the COTR shall inform the contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COR shall document the discussion and place it in the COR file. When the COR determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR), and present it to the contractor's program manager. The contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor has to present this corrective action plan to the COTR. The Government shall review the contractor's corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the CO. _____________________________ Signature - Contractor Program Manager _____________________________ Signature - Contracting Officer's Technical Representative
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/220a43d2c911c99042921800e01ce971)
 
Place of Performance
Address: Sato Cano Branch (PARC Americas 410th CSB) Contracting Office, Unit 5720, PSC 42 APO AA
Zip Code: 34042
 
Record
SN02856250-W 20120829/120827235656-220a43d2c911c99042921800e01ce971 (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.