SOURCES SOUGHT
V -- Tug Boat Clump Dump Services
- Notice Date
- 9/28/2018
- Notice Type
- Sources Sought
- NAICS
- 488390
— Other Support Activities for Water Transportation
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
- ZIP Code
- 92155
- Solicitation Number
- H92240-18-Q-1034
- Archive Date
- 11/3/2018
- Point of Contact
- Daniel J. Octaviano, Phone: 6195371699, WARCOM Contracts,
- E-Mail Address
-
daniel.octaviano@socom.mil, NSWK1@socom.mil
(daniel.octaviano@socom.mil, NSWK1@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE PERFORMANCE WORK STATEMENT FOR TUGBOAT SERVICES 1.0 BACKGROUND 1.1 This Performance work statement (PWS) defines the requirements for tugboat services for the Naval Special Warfare Command (NSWC). NSWC still requires tugboat services, and as such a follow on contract is needed. 2.0 OBJECTIVES 2.1 The objective of this requirement is to issue a contract for tugboat services that will pick up, transport, and deliver (place in waters of San Clemente Island, CA) up to eight (8) each per voyage 2000 pound concrete clumps. 3.0 SCOPE 3.1 The Contractor shall provide the personnel, management, materials, equipment and facilities (not otherwise provided by the Government) necessary to provide the tugboat services listed in this PWS. 4.0 REQUIREMENTS 4.1 The Contractor shall manufacture and provide concrete clumps in quantity groups of eight (8) clumps per evolution/voyage. Clump specifications are: 4.1.1. Approximately 4'x 3' x 3' with base width dimension wider than the top width for stability. 4.1.2. One (1) re-bar lifting eye. 4.1.3. Four (4) pipe protrusions extending approximately 36" from the top of the clump. 4.2 The Contractor shall have the ability to retrieve from the Clump Dump vicinity (non-hazardous materials) debris from previous Clump Dumps for disposal. Debris is to be Government pre-loaded into standard, up to eight (8) Government furnished pallet-size cargo nets with lifting lines rigged and tethered buoys ready for lifting at the same time as a Clump Dump evolution. Each lift shall not exceed 2000 pounds. Contractor shall lift, transport and dispose of each debris lift appropriately. 4.3 In addition to the Clump and Dump deliveries, the Contractor shall perform the following tasks: 4.3.1. Dates of performance: to be determined; six (6) deliveries will be required per year. 4.3.2. Crew boat to be able to reach Naval Amphibious Base Coronado within seven (7) hours from origin, San Clemente Island (SCI) 4.3.3. Crew boat must have a draft of 5 feet 6 inches or less to be able to easily maneuver through the Naval Amphibious Base waters. 4.3.4. Crew boat must have certified crane aboard. Crane is to be inspected by the Naval Special Warfare Center (NSWC) 48 hours prior to deploying. Crew boat is to be inspected for operability by authorized personnel of NSWC 48 prior to deploying. 4.3.5. Crew boat and personnel must be available with an advance 48 hours' notice. 4.3.6. NSW personnel to be able to load necessary dive equipment including up to 100 double 80 cubic inch (c.i.) dive cylinders on crew boat. 4.3.7. Crew boat and personnel will be used for the training detachment Maritime Operations Division. The NSWC Training Detachment Maritime Operations Division must be able to provide a competent and challenging near shore/foreshore obstacle clearance exercise to meet the requirements set for a NSW squadron deployment. 4.3.8. Boat crew must be experienced at obstacle drops off the coast of SCI, CA. The previous obstacle drops were 8 to 20 per class. 4.3.9. Vendor to provide a suitable vessel to pick up, transport, and deliver (place in water of SCI, CA) up to 8 ea., 2000 pound concrete clumps, which will be used for Basic Underwater Demolition training at SCI. Vessel shall be capable of the following: (1) carrying up to eight (8) 2000 pound concrete clumps; (2) Have the ability to maneuver and maintain position in strong currents off SCI; (3) Have hydraulic crane that can lift 2000 pound concrete clumps and place in precise position; (4) Have a shallow draft (5'6" or less). 4.3.10. Vendor shall manufacture and provide concrete clumps in quantity groups of eight clumps per evolution. Provide a per-clump cost with minimum order of eight clumps per order. Clump orders and delivery schedules will be determined in advance by the Contracting Officer with not less than 21 days' notice to manufacture clumps. Clumps specifications: (1) Approximately 4'x 3' x 3' with base width dimension wider than the top width for stability; (2) One re-bar lifting eye; (3) Four pipe protrusions extending approximately 36" from the top of the clump. 4.3.11. Vendor shall take onboard and dispose of pre-bundled clump residue (rebar/price) recovered during clump emplacement 5.0 DELIVERABLES Description Number PWS Ref. Delivery Date Concrete clumps 0001 4.1 Six (6) deliveries will be required per year; date to be provided at a later date NLT 21 days prior to need Contractor Manpower Reporting 0004 6.0 Annually NLT 31 October and/or at contract completion. 6.0 CONTRACTOR MANPOWER REPORTING 6.1 The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Name of your component/office via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil. 7.0 GOVERNMENT FURNISHED PROPERTY/EQUIPMENT/INFORMATION (GFP/GFE/GFI) 7.1 The Government will provide the following upon contract award: eight (8) Government furnished pallet-size cargo nets with lifting lines rigged and tethered buoys. The Contractor shall return and unused GFE to the location from which the GFE belongs to NSWC San Diego, CA unless otherwise specified by NSWC. 8.0 SECURITY 8.1 This effort is UNCLASSIFIED. 8.2 All technical data provided to the contractor by the Government or developed by the contractor for Government shall be protected from public disclosure. Contract may not be disclosed by any means without prior approval of the authorized representative of the Contracting Officer. Dissemination or public disclosure includes, but is not limited to: permitting access to such information by foreign nationals or by any other persons or entity; publication of technical or scientific papers; advertising, or; any other proposed public release. The contractor shall provide adequate physical protection to such information so as to preclude access by any person or entity not authorized such access by the Government. 9.0 QUALITY CONTROL 9.1 The contractor shall implement and maintain a Quality Control Plan (QCP) to ensure work performed conforms to the scope of work and meets the requirements under this PWS. The QCP shall, at a minimum provide a method for performing inspections; identifying, correcting and preventing problems/defective service; addressing customer complaints, and improving the quality of services over the life of the contract. 10.0 QUALITY ASSURANCE 10.1 The Government reserves the right to perform inspections and surveillance to evaluate the Contractor's compliance to the contract terms and performance of the requirements in the PWS. The Government will make every effort to ensure that the surveillance methods used are conducted in an objective, fair, and consistent manner. 11.0 PLACE OF PERFORMANCE 11.1 Off the coast of San Clemente Island, CA (SCI) 12.0 PERIOD OF PERFORMANCE 12.1 The period of performance is for a base period of 12 months, with 4 one-year option periods.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-18-Q-1034/listing.html)
- Place of Performance
- Address: See Sources Sought Performance Work Statement, United States
- Record
- SN05109656-W 20180930/180928230617-87d98824c4da39aac8d4985ab9a92916 (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 |