Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
MODIFICATION

U -- Small Boat Operator Training Course in Seattle (USCG standards-equivalent)

Notice Date
8/11/2010
 
Notice Type
Modification/Amendment
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
WAD-10-0832
 
Archive Date
8/23/2010
 
Point of Contact
Bill Pickert, Phone: 206-526-4549
 
E-Mail Address
bill.pickert@noaa.gov
(bill.pickert@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Small Boat Operator Training Course in Seattle (USCG standards-equivalent) (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. (IV) This solicitation is a total small business set-aside. The associated NAICS code is 611699 for this solicitation. The small business size standard is $7.0 million. (V) This combined solicitation/synopsis is for procurement of the following services: Line Item 0001: SMALL BOAT OPERATOR TRAINING IN SEATTLE (USCG STANDARDS-EQUIVALENT) (VI) Description of requirements is as follows: SCOPE OF WORK: As required by NOAA Administrative Order (NAO) 209-125, and the NOAA Small Boat Standards and Procedures Manual, all personnel operating small boats must take a small boat operator course. The Alaska Fisheries Science Center operates small boats in cold water climates; therefore training classes should be geared to make the individual aware of the unique and sometimes dangerous environment that they work in. It should also highlight the unique challenges of working in a cold water environment and prepare the individual to deal with these challenges in a survival situation. In accordance with the NOAA Small Boat Standards and Procedures Manual, and NAO 209-125, small boat operator class curriculum must meet the minimum significant topics covered in the USCG Auxiliary Boating Skills and Seamanship course. These topics include: Boater's language, types of boats, equipment for your boat, trailering your boat, handling your boat, your "highway" signs, the rules you must follow, inland boating, introduction to navigation, powering your boat, lines & knots for your boat, weather and boating, and your boat's radio. Additionally, class curriculum should address concerns of a cold water environment. These include, but are not limited to: cold water survival skills including the Heat Escape Lessening Position (HELP) and the Huddle position, hypothermia, cold water near drowning, retrieving someone who falls overboard, types of PFDs (including immersion suits) and their uses. PERIOD OF PERFORMANCE: The period of performance for this contract is for one base year and one option year, unless extended by written mutual agreement. Base Year: From the award date through July 31, 2011 Option year 1: August 1, 2011 - July 31, 2012 CONTRACTOR PERFORMANCE REQUIREMENTS: In accordance with the NOAA Small Boat Standards and Procedures Manual, and NAO 209-125, the contractor must meet the minimum significant topics covered in the USCG Auxiliary Boating Skills and Seamanship course (BS&S). These topics include, but are not limited to: • Which boat is for you? - Boater's language; types of boats; outboard motors and sterndrives; hull design. • Equipment for your boat- Requirements for you boat; your boat's equipment; legal considerations; boating accident reports. • Trailering your boat- Launching; retrieving. • Handling your boat- Twin screws; jet drives; leaving a pier; "man" overboard; docking; anchoring; small boat safety. • "Highway" signs- ATONS; buoyage systems; light characteristics; chart symbols; navigation publications. • The rules you must follow- Stand-on or give-way; risk of collision, traffic separation schemes; restricted visibility; vessel lights and shapes. • Inland boating (optional). • Introduction to navigation- Piloting tools; maps and charts; chart features; magnetic compass; course plotting; dead reckoning. • Powering your boat and troubleshooting. • Lines & knots- Line or rope; rope material; making up line; knots, bends and hitches; splices; securing lines. • Weather & boating- Sources of weather information; wind and boating; wind and waves; fog. • Radio- Radios used on boats; functions of radios; VHF; distress, urgency and safety calls; crew training. • Additional- Small boat safety; personal watercraft; hypothermia; float plans. Additionally, class curriculum should address concerns of a cold water environment. These include, but are not limited to: cold water survival skills including the Heat Escape Lessening Position (HELP) and the Huddle position, hypothermia, cold water near drowning, types of PFDs (including immersion suits) and their uses. SPECIFIC OBJECTIVES/TASKS: • Communicate with NMML staff to set up courses and request required equipment and facility needs. • Hold the required number of courses each year. • Provide NMML staff with a list of attendees for each course. • Provide a written report of any safety incidents that may occur during class. PROJECT DELIVERABLES and DEADLINE FOR EACH The AFSC is contracting for 4 of these classes (2 per year) to be held in Seattle, WA, within a two year period (base year plus 1 option year), with the first course to be held no later than late October 2010. A classroom with audio/visual support, vessels, fuel, PFD's and other associated gear for the vessels will be provided by NOAA. Vendor will provide all associated text, all learning aids, and material standard for the performance of this class. Courses will most likely be scheduled in the fall and early spring to take advantage of the periods when NMML staff are in the office. * First course to be held in Seattle no later than 10/31/2010 (Option year: 10/31/2011 ) * Second course to be held in Seattle no later than 6/31/2011 (Option year: 6/31/2012 ) INSURANCE COVERAGE The contractor is solely responsible for their own health, workmen's compensation and unemployment insurance as well as applicable social security, local, state, and federal taxes. CONTRACTOR RESPONSIBILITY FOR PROPERTY AND DOCUMENTS The contractor shall protect from unauthorized disclosure or use of any equipment, materials or information made available by the Government, or that the contractor may have access to by virtue of the provisions of this contract, that are not intended for public disclosure. All data and information provided by the Government, or developed by the contractor, in performing this contract there under, remain the exclusive property of the Government. Within 10 days after completion or termination of this contract, the contractor shall turn over to the Government all materials (copies included) that were furnished to the contractor by the Government and all materials that were developed by the contractor in performing the contract. GOVERNMENT-CONTRACTOR RELATIONSHIP(S) The Government and the Contractor understand that the services to be provided under this contract by the Contractor are non-personal services and that no employer-employee relationship exists between the Government and the Contractor. The Contracting Officers Technical Representative (COTR) may provide technical direction, which will assist the contractor in accomplishing the Statement of Work. ADDITIONAL INFORMATION IN RESPONSE TO INQUIRIES 1. What is the projected number of students for each Course of Instruction? Minimum of 5 students, maximum of 10 2. Is there a time limited to the length of the course of instruction? The course is intended to be 24 hours of instructions- three 8 hr days. 3. Is there a minimum number of underway hours required for instruction? There is no minimum number of hours but we like to see about 50% of the training be on-the-water instruction. 4. Is there mandatory practical evolutions to include underway training that must be covered during this course of instruction? In the past the instructor establishes the skills each student should demonstrate based on the material covered in class. We do have Personnel Qualification Standards that each student is required to demonstrate before operating a boat. These are often done outside of the class, but could be incorporated into the class a. If so; is there a student to instructor ratio for underway practical evolutions? The instructors have set this limit in the past. Generally it is 2-3 students per instructor (some vendors send multiple instructors). Otherwise students can rotate positions. 5. What type of craft will be utilized throughout the training? NOAA usually provides at least 2 vessels. NMML has a 22 ft whaler, a 17 ft skiff and a 24 ft Almar that have all been used for classes in the past. NMML also has a number of inflatable zodiacs (with a tiller) that the scientists regularly use and are useful to inflate and use during the class. 6. What is the average level of knowledge "Boating skills/Seamanship" of students? Usually each class has a mixture. There is usually a few students who have taken a small boat operators class in the past, and regularly operate boats in the field, but need a required refresher every three years. Some of the students are new to NOAA, but have experience in the field handling boats. Sometimes there are a few students who have never handled a small boat 7. Will the students be local or flying in? The students will all be local. Most will be employees of NMML, but a few may be from other NOAA line offices. 8. Are these students scientist, administrative, or actual "boat crew", or a mix? There is a mix. Most of the students are both scientist and boat crew. The scientists generally operate their own boats during their field work. Some of the students may be the primary operator, while others may be crewmembers but in need of training in an event they will be required to operate the boats. 9. What are the class of vessels that will be available for use during training? And how many? (two would be ideal and we would use one of our own as well). Generally we provide two boats for the training. We usually use our 22ft whaler or our 17ft skiff. We also have a larger 24ft Almar with a cabin that has been used for classes in the past. We have a number of inflatable zodiacs (tiller style) that are regularly used by the scientists and therefore helpful to pull out for training. 10. Are there docks to work from at your facility for underway practicals and immersion suit training? The NOAA base has a small boat basin with docks that have and will continue to be used for the small boat operator class. The launch site for boats is a not on site however, and boats are launched from the Magnuson boat ramp and driven over. 11. We understand that we are training to the operation of Class A, I & II boats only? Yes. Class III and larger require a different level of training. 12. Who is the VOC? Is that a shipboard person or land based? Wendy Lewis is the VOC, a NOAA Corps officer that is land based at NMML. She is also the individual who oversees the training classes and helps set everything up. 13. How often are boats trailered? Or are they mostly ship launched? The boats are both trailered and launched, although more often launched. Students should, however learn trailering techniques 14. What types of life-rafts are in use on your vessels, and what class of vessel carry life-rafts? Life rafts are not required on Class A, I or II boats. Some Class II boats may choose to carry one depending on duration and distance of the mission. 15. Do you have an existing course syllabus that you have utilized in the past? The NOAA Small Boat Program (http://www.sbp.noaa.gov/) would like to see our classes tailored to meet the elements covered in the USCG Boating Skills and Seamanship (BS&S) class (http://www.cgaux.org/boatinged/classes/boating_skills_and_seamanship.html). We do not have a specific syllabus, but would like the skills in the BS&S class covered. 16. How many hours of instruction do you anticipate for the course to be compliant with your requirements? 24 hours of instruction has been sufficient in meeting our requirements in the past. ( 3 days of 8 hr instruction) 17. You reference 2 classes in year One, and 2 classes in the option year Two, i.e. by 10/31 and 6/30 each year respectively. What is the proposed number of students for each class? We would like to see the minimum set at 5 and the max set at 10. 18. How much of the hands on training is planned for on the water? We like to see an even balance between classroom and on-the-water training. In the past we have had about 50% of the instruction practicing skills on the water. 19. Is the Alaska Fisheries Science Center the primary beneficiary of this training, or will people with a number of backgrounds be mixed into the class? Most, if not all participants in the class will be from AFSC. Sometimes in an attempt to "fill" the class, we will offer it up to other NOAA employees who need small boat operating skills. (VII) Required delivery June 30, 2011. Place of Delivery is 7600 Sand Point Way NE, Seattle, WA 98115. Delivery shall be FOB Destination; quote shall include shipping charges, if applicable. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offerors are instructed to complete and return the attached Standard Form 18. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows, listed in order of importance: 1) Technical Capability: Must be capable of performing all tasks specified in the statement of work in (VI) above. 2) Price: Quote must state price in U.S. Dollars. 3) Delivery: Quote must include delivery schedule 4) Warranty: Quote must state warranty, if applicable. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government on an all or none basis. Offers must contain adequate information about the evaluation factors to demonstrate that the vendor is responsive. This will be a firm fixed-price purchase order, with payment terms of Net 30. (X) The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2010) applies to this acquisition. The following clauses under subparagraph (b) apply: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998). (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009). (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (XIII) The following clauses are also applicable to this acquisition: 52.217-5 Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed **7599. (End of Clause) 52.232-18 Availability of Funds (Apr 1984) Funds are not presently available for [the option year on] this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html (End of provision) 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html (End of clause) The following additional terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 52.211-6 Brand Name or Equal (Aug 1999) Department of Commerce Clauses: 1352.215-72 Inquiries (APR 2010) Offerors must submit all questions concerning this solicitation in writing to bill.pickert@noaa.gov. Questions should be received no later than 1:00 P.M. PDT, August 16, 2010. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 11:59 P.M. PDT on August 22, 2010. All quotes must be faxed or emailed to the attention of Bill Pickert. The fax number is (206) 527-1710 and email address is bill.pickert@noaa.gov. Submission of proposals and quotes by email is preferred. (XVI) Any questions regarding this solicitation should be directed to Bill Pickert, Purchasing Agent, 206-526-4549, bill.pickert@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/WAD-10-0832/listing.html)
 
Place of Performance
Address: Seattle, Washington, 98115, United States
Zip Code: 98115
 
Record
SN02236420-W 20100813/100811234934-382ef0a4dfb3ab81dbb44dfad3e98e8a (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.