Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SPECIAL NOTICE

J -- National Marine Maintenance Program Pre-Solicitation Meeting & Site Visit

Notice Date
3/31/2009
 
Notice Type
Special Notice
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
CBP-National-Marine-Maintenance
 
Archive Date
4/30/2009
 
Point of Contact
Robert Namejko,, Phone: 202-344-3319
 
E-Mail Address
Robert.Namejko@cbp.dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Customs and Border Protection (CBP) is the first line of defense against terrorism and the smuggling of narcotics and other illegal contraband entering the United States. Air and Marine is one branch of the CBP comprehensive plan to support this mission. The National Marine Center (NMC), located in St. Augustine, Florida is the base of operations for all marine maintenance support. The NMC maintains approximately 228 vessels and related equipment valued at more than $20 million and manages 19 maintenance activities throughout the United States and Puerto Rico. Customs & Border Protection intends to issue a solicitation for a Performance Based Award to continue the current mauintenance activities. The procurement will be a 100% Small Business Set-Aside with teaming allowed to the extent that at least 51% of the employees are full or part-time employees of the successful small business awardee. The purpose of both the meeting and site visit is for representatives of Customs & Border Protection to inform prospective offerors of what the program entails and an explanation of the Performance Based Acquisition philosophy that will be used in the formulation of the formal solicitation. Written questions will be accepted at both the meeting and site visits. Those that can be answered will be answered at the meeting/site. Those that can not will be discussed at the meeting/site. The offeror must be prepared to assume all vessel maintenance and warehouse operations to ensure that the Government has the numbers, types, and properly configured vessels available where and when required to meet the Government operational commitments. The offeror must be able to meet surge requirements to support other agency vessels in addition to meeting normal NMC requirements. The offeror must hire only certified maintenance personnel for performing maintenance actions including site managers. The offeror will also perform scheduled and unscheduled maintenance, vessel overhaul, and modifications on marine vessels used by the Office of Border Patrol (OBP) agents. The contractor will also support the US Coast Guard (USCG) Special Purpose Craft- Law Enforcement (SPCLE) vessels, USCG Honda (PSI) engines and USCG Helicopter Interdiction Tactical Squadron (HITRON) training team vessels through separate MIPRs between CBP and the USCG. Some specifics required of the offeror are: 1. Provide all maintenance (preventive and corrective to include A, B, and C checks, repair and modifications to all vessels, support equipment, and Government Furnished Equipment. 2. Transport and operate vessels and support equipment. 3. Test, evaluate and prepare related reports for all vessels and related equipment. 4. Maintain control and accountability for all Government property and facilities. 5. Utilize the CAMITS sysytem as the maintenance, property, and inventory control system. 6. The management of all hazardous waste generated, to include disposal. 7. The development and delivery of Standard Operating Procedures (SOP’s) for tasks associated with the maintenance, repair and modification to all vessels, support equipment, and GFE. 8. Develop and implement a Safety Program that complies with all local, state and federal regulations. 9. Develop and implement a Quality Control Program. 10. Develop and implement a marine fuel and POL (petroleum, oil and lubricants) management program. 11. Manage inventory of consumable vessel spare parts and material. There will be a three person limit per offeror or offeror team for both the meeting and site visit. Send names and addresses via e-mail to Mr. Bob Namejko, Contract Specialist at robert.namejko@cbp.dhs.gov. The government will not reimburse any travel costs for the meeting/site visit.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6e16fdfb9abe7207797e1269ac923701&tab=core&_cview=1)
 
Place of Performance
Address: Pre-Solicitation Meeting - April 15, 2009 (8:00am - 5:00pm), The Renaissance Resort at World Golf Village, 500 South Legacy Trail, St. Augustine, FL 32092, Site Visit: April 16, 2009 (8:00am - 12:00pm), DHS / Office of CBP Air & Marine, National Marine Center, 6100 U.S. Highway 1, North, Bldg. B, Saint Augustine, Florida 32095, United States
Zip Code: 32095
 
Record
SN01781721-W 20090402/090331221110-6e16fdfb9abe7207797e1269ac923701 (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.