Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2010 FBO #2974
SOLICITATION NOTICE

U -- Master Mariner Training

Notice Date
1/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
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
H92242-10-T-0001
 
Archive Date
2/12/2010
 
Point of Contact
Ruby Phillips, Phone: 757-763-4432, Mary Tuttle, Phone: 757-763-4407
 
E-Mail Address
ruby.phillips@nsweast.socom.mil, mary.tuttle@nsweast.socom.mil
(ruby.phillips@nsweast.socom.mil, mary.tuttle@nsweast.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
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; Proposals are being requested, a written solicitation will not be issued. The Request for Quotation number is H92242-10-T-0001. This solicitation documents incorporates provisions and clauses that are in effect through FAC 2005-27, dated 17 Oct 2008 and DFARS Change Notice 20081020.. 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 541618, the Size Standard is $6.5 Mil. This requirement is 100 % Small Business. The Naval Special Warfare Group 4 requests responses from qualified sources capable of providing CLIN 0001: Master Mariner Training 15 days CLIN 0002 Master Mariner Training 10 days. CLIN 0003: Master Mariner Training 5 days Performance shall be In Accordance With the below Statement of Work. This requirement is FOB Destination. 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 (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.203-3 Gratuities (Apr 1984), 52.204-7 Central Contractor Registration (Jul 2006), 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006), 52.203-6 ALT 1 (Oct 1995), 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007), 52.212-5, 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 (Feb 2008) 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), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), 252.232-7003 Electronic Submission of Payment Requests (May 2006),, 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. Facsimiles will be accepted. 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 quoter whose offer conforming to the solicitation will be the most advantageous to the Government price and other factors considered. The factors order of preference from most important to least important are: 1. Technical, 2. Price. To be considered by the agency, all quotes must be received by the Contracting Officer 1200 HOURS (Eastern Standard Time) on 28 Jan 2010. All questions shall be sent to, Ruby Phillips, at (757) 763-4432 or email ruby.phillips@nsweast.socom.mil STATEMENT OF WORK for Bare Boat Vessel 1.0 Project Overview: 1.1 Provide bare boat vessel chartering services for Special Boat Team Twenty (SBT-20) Master Mariner training evolutions. 1.2 The Contractor shall conduct the necessary measures to provide mechanically and electrically sound vessels to support training evolutions. 2.0 Detailed Description of the Work to be performed: 2.1 Provide 30 days of bare boat vessel chartering services for SBT-20 in support of Master Mariner training evolutions. 2.2 Charter vessels must be greater than 28 feet in length and must include a rotation of power and sail boats. 2.3 Chartering service must be able to charter a wide variety of rotating vessels in the following classes: Small (28'-36') Boat Charter 15 Days Medium (36-46') Boat Charter 10 Days Large (47'-65') Boat Charter 5 Days 2.4 Vessels must be located in the local Virginia Beach/Norfolk area. Vessels will be chartered in varying increments throughout the year (i.e. 1 day, 3 days, 5 days, etc.). 2.5 Vessels will be chartered across all days of the week (i.e. SUN-SAT). 2.6 Vessels must have a range of at least 200 nautical miles. 3.0 Place of Performance: Work shall be performed within 200 nautical miles from place of charter, to include, but not limited to: inter-coastal waterways, Atlantic Ocean, and Chesapeake Bay. 4.0 Contractor Furnished Material: All required equipment and personnel to facilitate chartering services. 5.0 Government Furnished Equipment: Special Boat Team TWENTY (SBT-20) will provide personnel, and personnel protective equipment. 6.0 Hazardous Material Use, Handling, or Disposal: The contractor shall comply with all federal, state, and local (where the work is performed) laws regarding the use, handling, or disposal of hazardous materials (petroleum products, paints, coatings, etc.) required under this order. 7.0 Period of Performance: 7.1 01 February 2010 to 30 September 2010. 7.2 The contractor shall begin procurement of materials necessary to perform the work as specified in the job specification upon receipt of awarded contract. 8.0 Points of Contact (POC): SBT-20 Supply Officer, 757-763-4459 is the Only POC to schedule bare boat charters. 9.0 Original Invoice shall be submitted via Wide Area Workflow (WAWF); copies shall be forwarded to the Supply Officer at SBT-20 upon completion of each bare boat Charter with detailed billing. Mailing address: Special Boat Team Twenty, 2220 Schofield Road, Bldg. 108, Norfolk, VA. 23521 FAX: 757-492-1555.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-10-T-0001/listing.html)
 
Place of Performance
Address: 2220 Schofield RD, Norfolk, Virginia, 23521, United States
Zip Code: 23521
 
Record
SN02041889-W 20100115/100113235508-ea19a4e643177f5c536eb392761c3b98 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.