Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2005 FBO #1244
SOLICITATION NOTICE

19 -- Charter Bare-Boat Vessel and Fishing Vessel

Notice Date
4/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-05-Q-0034
 
Response Due
5/4/2005
 
Point of Contact
Christine Anderson, Contract Specialist, Phone 757-492-7960 X2210, Fax 757-492-7954, - Christine Anderson, Contract Specialist, Phone 757-492-7960 X2210, Fax 757-492-7954,
 
E-Mail Address
canderson@mail.nswdg.navy.mil, canderson@mail.nswdg.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed 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. The Naval Special Warfare Development Group, Virginia Beach, Virginia has a potential requirement to procure the following: CLIN 0001 Charter a Bare-Boat Vessel in Norfolk, VA During the Period of 9-20 May 2005. The required performance specifications are as follows: a) Length: 46?; b) Beam: 18?; c) Draft: 5?; d) Max Speed: 8-10 KTS; e) Twin Screw, Twin Hydraulic Rudders; f) Low Speed Bow Thruster; g) Twin Diesels; h) Approximate Range: 510mm with 30% Fuel Reserve; I) Port Side Crane: SWL Approx. 1500 lbs; j) Starboard Side Davit; k) Fixed Stern Frame; l) Dive Platform; m) Enclosed Pilot House; n) Operational GPS, VHF, Radar, Depth Finder, Autopilot; o) Galley; p) Shower; q) Head; r) Berthing for three. All systems must be fully operational and in good working order. All safety equipment must meet Coast Guard regulations for an uninspected vessel. Vessel required to be a bare-boat charter. Stipulations in addition to the normal charter are as follows: a) Vessel fuel tanks shall be full upon start of contract and shall be full upon return of vessel; b) Berthing for vessel must be provided; c) The vessel shall be operated inland and near coastal of Virginia waters CLIN 0002 Charter a Fishing Vessel in Norfolk, VA During the Period of 12-18 May 2005. The required performance specifications are as follows: a) Reel Fishing Vessel; b) Vessel Make: 1998 Guimond; c) Beam: 14-15 feet; d) Length: 40-41 feet; e) Draft: 4-4.5 feet; f) Gross Tonnage: 17 ton; g) Engine: 600HP; h) Cruising Speed: 18-20 Knots at 1900rpm; I) Range: 300-320mm; j) 100 gallon fresh water holding tank; k) Life raft; l) Epirb; m) Emersion suits for crew of six (6); n) Berths: Four (4); o) Top speed: 22 knots Should industry have any questions, contact Christine Anderson at canderson@mail.nswdg.navy.mil. Proposals shall be on company letterhead in company format and must be sent to the attention of Christine Anderson either by fax (757) 492-7954, email canderson@mail.nswdg.navy.mil or United States Postal mail addressed to NSWDG, Attn: Christine Anderson, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299 by 12:00pm Eastern Standard Time (EST) on 4 May 2005. Proposals received after this timeframe shall not be considered for award. 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 based on past performance and price. Vendors shall submit Past Performance Information to include Contract Number, Government Agency Name and Point of Contact Information, Nomenclature of Supplies/Services, Unit of Issue, Unit Price and Extended Price. Technical capability shall be evaluated by how well the proposed supplies meet the Government requirement following evaluation of past performance and price. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. This Request for Quote (RFQ) H92244-05-Q-0034 is anticipated to result in a Firm Fixed Price (FFP) contract. Submit written offers; oral orders will not be accepted. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03 effective 11 April 2005. North American Industrial Classification Code (NAICS) 541710, size standard 500 employees applies to this procurement. Period of Performance: CLIN 0001 (9-20 May 2005 and CLIN 0002 (12 May 2005 through 17 May 2005). The DPAS rating for this procurement is DO. The following provisions and clauses apply to this procurement: FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2005); FAR 52.212-2 Evaluation Commercial Items (Jan 1999); FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005); FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2005); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes for Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003). Should industry have any questions, contact Christine Anderson at canderson@mail.nswdg.navy.mil. Proposals shall be on company letterhead in company format and must be sent to the attention of Christine Anderson either by fax (757) 492-7954, email canderson@mail.nswdg.navy.mil or United States Postal mail addressed to NSWDG, Attn: Christine Anderson, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299 by 12:00pm Eastern Standard Time (EST) on 7 February 2005. Proposals received after this timeframe shall not be considered for award. 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 based on price, technical competence and past performance. Vendors shall submit Past Performance Information to include Contract Number, Government Agency Name and Point of Contact Information, Nomenclature of Supplies/Services, Unit of Issue, Unit Price and Extended Price. Technical capability shall be evaluated by how well the proposed services meet the Government requirement following evaluation of past performance and price. Vendors who fail to submit the required information shall not be considered for award. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award.
 
Place of Performance
Address: 1636 Regulus Avenue, Building 301, Virginia Beach, Virginia
Zip Code: 23461-2299
Country: USA
 
Record
SN00793793-W 20050423/050421212407 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.