Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
SOLICITATION NOTICE

U -- Advanced International Navigation and Seamanship Training

Notice Date
7/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-08-T-0510
 
Archive Date
8/26/2008
 
Point of Contact
LaVerne L Whitfield,, Phone: 757-763-4430, Mary Tuttle,, Phone: 757-763-4407
 
E-Mail Address
whitfield_a@nsweast.socom.mil, mary.tuttle@nsweast.socom.mil
 
Small Business Set-Aside
N/A
 
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 Request Quotation number is H92242-08-T-0510. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-23, dated 12 Jun 2008 and DFARS Change Notice 20080721. 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 $6.5 Mil. This requirement is Unrestrictive. The Naval Special Warfare Group 4 requests responses from qualified sources capable of providing: CLIN 0001 Advanced Engineering systems, International Legal Procedures, Navigation and Seamanship Training for SBT 12 personnel. Performance shall be in accordance with the Statement of Work below. Delivery: NO LATER THAN 29 AUG 2008. Place of performance: Contractor’s Facility and the Bahamas. This requirement is FOB Designation. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Nov 2007), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Nov 2007), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 Central Contractor Registration (Jul 2006), 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007), 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2007). The following clauses are applicable to this solicitation:, 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor—Cooperation with Authorities and Remedies (Aug 2007), 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Designation (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications – Commercial Items(Jun 2005) 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 (Apr 2007) (DEVIATION), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), 252.225-7001 Buy American Act and balance of payments program Jun 2005)and 252.243-7001 Pricing of Contract Modifications (Dec 1991). Quoters shall include the quoter’s price for each part listed in this synopsis. 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. Each response must clearly indicate Delivery time frame. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provide the lowest cost to the Government. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 1200 noon hours (Eastern Standard Time) on 11 AUG 2008. All questions shall be sent to the Contracting Officer, LaVern Whitfield, at (757) 763-4430 or email whitfield_a@nsweast.socom.mil. Statement of Work 1.0. Project Overview: Provide Advanced Engineering systems, International Legal Procedures, Navigation and Seamanship Training for SBT 12 personnel. 2.0. The contractor shall provide a 5 day underway training in the Bahamas, in addition, there should be A one(1)day preparation and 1 day return, The training shall be a hands on training program consisting of: Vessel safety operations, Pre-voyage planning, navigation, Electronic navigation, Communications, Helmsman ship, Ships business, Undocking and docking, line handling, Engine systems, Vessel support systems, AC/DC systems, generators’ operations, Fuel, Steering, Fresh water, air conditioning, MSD and Hydraulic systems. In addition everyone will stand watch and participate in vessel maintenance that would be expected by the normal operation of the crew. The trainee will be part of the clearing in and clearing out process for vessels leaving US waters and entering a foreign port. Classes shall commence on Sunday with a walk through and lecture on how to procure a charter and things to look for. The contractor shall then provision the vessel. At this point students shall return to their hotels. 3.0 Contractor Furnished Material: Contractor shall furnish the vessel for training and equipment to facilitate Navigation and Seamanship Training. Student’s travel, meals and lodging are not included in the cost of training. 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: Contractor’s facility and the Bahamas. 6.0. Performance period: from 23-29 AUG 2008. 7.0 Number of Students 5 to 6 Military Personnel Course outline as follows: 1. Vessel safety equipment 2. Pre-voyage navigation plan 3. Electronic navigation 4. Communication 5. Helmsman ship 6. Ships business 7. Clearing Customs 8. Undock/docking maneuvers 9. Line handling 10.Engine systems 11.Vessel support systems 12.AC/DC systems 13.Generator operations 14.Fuel system 15.Steering system 16.Fresh water system 17.Air conditioning system 18.MSD 19.Watch standing 20.Hydraulic systems 21.Interior and exterior maintenance 22.Charter contracts 23.Leaving US waters 24.Clearing from port to port in the Bahamas 25.Clearing Back in US.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d9dacff64dd9effcc8c57f78addf0e53&tab=core&_cview=1)
 
Place of Performance
Address: Naval Special Warfare, Special Boat Team Twelve, 3432 Tarawa Road, San Diego, California, 92155, United States
Zip Code: 92155
 
Record
SN01626360-W 20080731/080729230901-d9dacff64dd9effcc8c57f78addf0e53 (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.