Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOLICITATION NOTICE

U -- ADVANCED NAVIGATION AND SEAMANSHIP COURSE

Notice Date
4/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-10-T-0146
 
Archive Date
5/1/2010
 
Point of Contact
Ana M Downes, Phone: 757-893-2722
 
E-Mail Address
ana.downes@vb.socom.mil
(ana.downes@vb.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation 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; quotes are being accepted and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-10-T-0146. A Firm Fixed Price (FFP) contract is contemplated. All responsible sources may submit a quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39 effective 19 March 2010. This procurement is unrestricted. The associated NAICS Code is 611310 with a size standard of $7.0M. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-S10. Section B Schedule of Supplies/Services CLIN 0001 Description: Advanced Navigation and Seamanship Course, Quantity: Minimum 12 and Maximum 22 students, Unit of Issue: Each, Session of Performance: May 16, 2010 - May 28, 2010 Training Location: Contractor's facility, within 400 miles of Virginia Beach, VA; Required Period of Performance: May 16, 2010 - May 28, 2010 Section C Performance Statement of Work Course of Instruction: Contractor shall provide training in Advanced Navigation and Seamanship for students with a basic level of knowledge in navigation and seamanship. As a result of the training, students must achieve the required knowledge, skills and abilities needed to effectively develop and navigate a voyage plan, calculate tide and currents, accurately plot their position, calculate set and drift, and operate electronic navigational tools such as Radar and ECDIS. Minimum 12 and Maximum 22 students. Training objectives include: - Navigation Training: Aids to navigation/Nautical charts and publications, basic piloting, position determination. - Rules of the Road: Lights and day shapes, right of way, sound signals, boating laws and regulations, boating etiquette. - Basic Seamanship: Nautical terms, proper use of VHF radio's (marine radio operator permit), man overboard procedures, Williamson turn, expanding box. - Tides and Currents: The nature of tides and their causes, tidal predictions and calculations, currents and their predictions, effects of currents on piloting. - Weather: Forces that make weather, cloud types, highs and lows, storms and severe weather, how and where to obtain marine weather reports, weather proverbs. - Marlinspike: Rope/line construction and type, marlinspike terms, coiling and sowing, knots to include: bowline, anchor bend, clove hitch, figure eight, round turn with two half hitches, becket hitch, and cleating a line. Vendor/Facility Requirements: - Vendor will provide the USCG rules of the road book, navigation study guide questions, rules flash cards, nautical text book, charts, chart plotting equipment, course manuals, and classroom materials to each student. - Facilities must be equipped with parking space for two F800 vehicles with 40ft. boat trailers (estimated: 65 feet in total length). - Facilities must be equipped with a boat ramp within ¼ mile of facility to recover 40ft. boats. - Facility must be equipped with piers for both mooring of the boats, and pier handling exercises for two 40 foot boats located on site. - Facility must be equipped with berthing for students on site. - Facility must include an on-site gym. - The location of the vendors facility must facilitate both open water and tight channel navigation. - Facility must include a travel lift crane and a secure storage for boats. - Training must be able 24 hours a day. - A gas dock must be located within the immediate vicinity of the contractor's facility. - Lodging facilities must be located in the immediate vicinity. Location will be at the Contractor's Facility. The following provisions and clauses are incorporated into the RFP: CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government (SEP 2006) - Alternate I (OCT 1995) FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity (JAN 1997) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (APR 2009) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies (FEB 2008) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) FAR 52.222-50 Combating Trafficking of Persons (FEB 2009) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) FAR 52.233-1 Alt I Disputes Alt I (DEC 1991) FAR 52.233-3 Protest After Award (AUG 2006) FAR 52.242-13 Bankruptcy (JUL 1995) FAR 52.243-1 Changes-Fixed Price Alt I (Apr 1987) FAR 52.247-34 F.O.B. Destination (Nov 1991) FAR 52.249-8 Default (Fixed Price Supply & Services) (APR 1984) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Provisions (APR 1984) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.211-7003 Item Identification and Valuation (Aug 2008) Alt I (Aug 2008) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.247-7023 Transportation of Supplies by Sea Alt III (MAY 2002) SOFARS 5652.204-9000 Individual Authorized to Sign (2003) SOFARS 5652.233-9000 Independent Review of Agency Protests (2009) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (FEB 1995) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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 in descending order of importance: technical competence, past performance, and price. Contractor must submit detailed course description for evaluation purposes. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (AUG 2007) - Alternate I (JUL 2009) FAR 52.222-41 Service Contract Act of 1965, as amended (NOV 2007) DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (JUN 2005) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2715, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299. SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) Section H (NOV 2007) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Ana Downes, Contract Specialist; 1636 Regulus Avenue, Virginia Beach, VA Phone: 757-893-2722 Fax: 757-893-2957 Email address: ana.downes@vb.socom.mil. Quotes must be received no later than 1:00 p.m. Eastern Standard Time (EST) on 16 April 2010. The offeror agrees to hold its prices in its quote firm for sixty (60) calendar days from the date specified for receipt of quotes. Quotes shall be emailed to Ana Downes. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Ana Downes via email at ana.downes@vb.socom.mil, phone: (757) 893-2722 fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Ana Downes (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 1:00 p.m. Eastern Standard Time (EST) on 16 April 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-10-T-0146/listing.html)
 
Record
SN02119039-W 20100414/100412234547-f5cc8f3122117f204903eeea0314af55 (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.