Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOLICITATION NOTICE

U -- Navigation and Seamanship Traininf

Notice Date
2/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, VA, 23521, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92242-07-T-0010
 
Response Due
3/1/2007
 
Archive Date
3/16/2007
 
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 RFQ number is H92242-07 T-0010. This solicitation documents incorporates provisions and clauses that are in effect through FAC 2005-14, dated 22 November 2006 and DFARS Change Notice 20050930. The DPAS Rating for this solicitation is DO. 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 611519, the Small Business Standard is 500 EMPL. This is a competitive full and open procurement. The Naval Special Warfare Group 4 requests responses from qualified sources capable of providing: CLIN 0001 Provide Navigation, Voyage Planning, Civilian Craft Systems and Engineering and Seamanship Training for Special Boat Team Twenty (SBT 20) personnel. Number of Students (5). Place of Performance: Contractor?s facility, Course of Instruction: Basic Keelboat Sailing, Basic Coastal Cruising, Intermediate Coastal Cruising (Bareboat Chartering), Coastal Navigation, Advanced Coastal Cruising, and Live aboard offshore sailing trip. Period of Performance shall be for a 28 day period. This requirement will be FOB at designation. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offertory - Commercial Items; 52.212-3 and its ALT I, Offer or Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.203-3, 52.203-6, 52.203-6 ALT 1, 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following clauses are applicable to this solicitation: 52.219-8, 52.222-3, 51.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.222-39, 52.223-9, 52.232-33, 52.233-3, and 52.233-4. Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Commercial Items, Offer or Representations and Certifications : 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, The applicable clauses are ; 252.232-7003. FAR clause 52.222-41, Additional FAR Clauses is 52.232-37 and 52.233-2. Quoters shall include the quoter?s technical approach and past performance information. 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. Quotes shall be no more than 20 pages in total. 20 pages are defined as (10 sheets front and back, paper size 81/2 by 11 inches. Facsimiles will be accepted. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the award may not go to the quoter whose price is the lowest. The contract will be awarded to the Quoter whose quote is most advantageous to the Government. The factors order of preference is 1. Technical, 2. Past Performance 3. Price. Technical and Past Performance when combined will be equal to price. Past Performance information: The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter?s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 1400 hours (Eastern Standard Time) on 1 Mar 2007. All questions shall be sent to the Contracting Officer, LaVern Whitfield, at (757) 492-1340 or email whitfield_a@nsweast.socom.mil. STATEMENT OF WORK 1.0. Project Overview: Provide Advanced Navigation, Craft Systems and Engineering, and Seamanship Training for SBT20 Sailors. 2.0. The contractor shall provide Advanced Navigation, Craft Systems, Engineering and Seamanship Training for Special Boat Team TWENTY (SBT 20) personnel. Training will be conducted in two phases: Phase I topics include: Marlinspike, Navigation Publication, Basic Keelboat Sailing, Basic Coastal Cruising, Intermediate Coastal Cruising (Bareboat Chartering), Coastal navigation, Advanced Coastal Navigation, , Live-Abroad Offshore Sailing Trip, Marlinspike, Comprehension of Government Navigation Publication, Rules of the Road, Underway Power Boat Handling, Voyage Planning, Compass Run/Inlet Run, Aids to Navigation and Offshore Practical Navigation Run. Basic Training should cover gas engines, electrical systems, vessel systems. Phase II consists of Advance training on powerboat systems and handling to include: vessel equipment safety, pre-voyage navigation plan, electronic navigation, communications, helmsmanship, ship?s business, clearing customs, undocking/docking, line handling, engine systems, vessel support systems, AC/DC systems, generator operations, fuel systems, steering system, fresh water systems, A/C systems, MSD, watch standing hydraulic systems, interior and exterior maintenance and charter contracts. SBT20 personnel will learn how to operate and maintain vessels in a safe, efficient manner. This course of instruction shall include classroom presentations and practical exercises to facilitate maritime operations. Training shall be conducted during normal working hours; however, portions of the training may extend into the evening hours. This training breakdown breaks shall be 45% Classroom Instruction and 55% Practical Exercises. The course of instructions shall run for two 14-day training periods, beginning on a Monday and ending on the following Friday. The phases should be broken into the following weekly segments: ? Week One: ASA 101, ASA 103 (Certified) ? Week Two: Live aboard offshore sailing trip o (ASA 104, ASA 105, ASA 106 Certified) o Vessel will need to accommodate 6 personnel o Trip should be 120 NM (minimum). With an overnight port/marina visit in the middle of trip. Two, two person rooms will be provided at marina for overnight stay. o Trip should be during day and night. ? Week Three: Systems Training and Boat Handling (40hrs) o Gas Engines (8hrs) ?X Principles of Gas engines, Inspection and Troubleshooting. (Fuel, filters, focus on difference from diesel) ?X Shafts, Rudders and Props Inspection and Troubleshooting. o Electrical Systems: (9 hrs) ?X AC/DC theory, Wiring techniques and Troubleshooting. ?X AC Panel (multiple vessels) Troubleshooting and Configuration. ?X Battery Configuration ?X Inverters and Converters ?X Keyless Ignition o Vessel Systems: (10hrs) ?X Fresh water Systems, Inspection and Troubleshooting. ?X Waste Systems, Inspection and Troubleshooting. ?X Bilge Pump Systems, Inspection and Troubleshooting. ?X Steering Systems, Inspection and Troubleshooting. ?X Hydraulic Systems, Inspection and Troubleshooting. ?X Anchor Windlass Systems, Inspection and Troubleshooting. ?X Air-conditioning Systems, Inspection and Troubleshooting. ?X Bow Thruster, Inspection and Troubleshooting. ?X Refrigeration Systems, Inspection and Troubleshooting. ?X Doors and Entries, Inspection and Mechanisms: Evaluation for keyless entries. ? Week Three: Systems Training and Boat Handling cont? o Boat handling: (10hrs min close quarter maneuvering) ?X 2hrs min single prop (inboard) ?X 2hrs min twin prop (inboard) ?X 2hrs min single engine (I/O or outboard) ?X 2hrs min twin engine (I/O or outboard) ?X One overnight, underway training exercise utilizing all aspects of systems while at anchor. (1700 to 1000 test systems under use, provisions provided for evening and morning) ? Week Four: 5-day underway hands-on power boating course. o Course will consist of vessel safety equipment, Pre-voyage navigation plan, Electronic navigation, Communications, Helmsman ship, Ships business, Clearing Customs, Undocking/docking, Line handling, Engine systems, Vessel support systems, AC/DC systems, Generator operations, Fuel systems, Steering Systems, Fresh water systems, Air conditioning systems, MSD, Watch standings, Hydraulic Systems, Interior and Exterior maintenance, and Charter contracts. o Emphasis of training will be placed on close quarter?s boat handling, systems and seamanship. Classes will be held in the mornings followed by a day navigation run (3 day navigation runs no longer than 68NM each.) The final leg of the voyage will consist of a night navigation back to start of course. o Students will be given a final grade based on a written exam. A passing grade of 80% or above must be achieved in order to receive certification. o Dockage for 4 nights at 4 different marinas/ports. o Vessel will be 60? LOA or larger. o USCG Captain and Engineer as instructor onboard. 3.0 Contractor Furnished Material: Contractor will furnish the facility for training and equipment to facilitate Advanced Navigation, Craft Systems, Engineering and Seamanship Training. Costs should include instructor fees and setup time, lab equipment, training books/material, course certificates, vessel fuel and operating costs, overnight voyage and provisions, USCG Licensed Captains and administrative fees. Student?s travel, meals and lodging are not included in the cost of training. Contractor must have at least 30 or more sailing and/or power-driven vessels at the facility to accommodate Master Mariner training. Contractor will also be flexible to students on which craft they would like to train on therefore optimizing the training event and student?s skill level. All safety equipment and boat gear will be provided by school. 4.0. Government furnished Material: The government will provide the following personal equipment: Hydration system (canteens or camel back), rain gear and other clothing appropriate for the environment. 5.0. Place of Performance: Along the East coast line. 6.0 Performance period: from March 05-17 (class 001) and April 02-14, 2007 (class 002). * Pls note: There is a two week break between classes due to a scheduling conflict. 7.0 Number of Students 5
 
Place of Performance
Address: NAVAL SPECIAL WARFARE SPECIAL BOAT 20, 2220 SCHOFIELD ROAD, NORFOLK VA 23521
Zip Code: 23521-2846
Country: UNITED STATES
 
Record
SN01237226-W 20070224/070222221425 (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  © 1994-2020, Loren Data Corp.