Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2011 FBO #3410
SOLICITATION NOTICE

19 -- Bare Boat Charter Services - Statement pf Work

Notice Date
3/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
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
H92242-11-T-0013
 
Archive Date
4/23/2011
 
Point of Contact
Ruby Phillips, Phone: 757-763-4432, LaVerne L Whitfield, Phone: 757-763-4430
 
E-Mail Address
ruby.phillips@nsweast.socom.mil, whitfield_a@nsweast.socom.mil
(ruby.phillips@nsweast.socom.mil, whitfield_a@nsweast.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ). Solicitation number is H92242-11-T-0013. A firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30. North American Industrial Classification Code (NAICS) 532411 with a standard business size of $ 6.5 applies to this procurement. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accesed in full at these addresses http://farsite.hill.af.mil This procurement is set-aside for small business. The DPAS rating for this procurement is DO-S1. All responsible sources may submit a quote which shall be considered by the agency. The contractor shall provide a proposal using the attached bid schedule in Section B. The Naval Special Warfare Group Four (NSWG4) requests responses from qualified sources, capable of providing Bareboat Chartering Services, in accordance with the statement of work attached. CLIN 0001: May 20 to May 27 2011 provide two (2) vessels for training equal to : 33 foot Cuddy Cabin (inboard engines) 12 Days @________________ 46 foot Sports Fisher12 days @___________________ CLIN 0002: Jun 06 to Jun 24 2011, provide two (2)vessels for training equal to: 33 foot Cuddy Cabin (inboard engines) 19 Days @________________ 46 foot Sports Fisher19 days @___________________ CLIN 0003: 22 Aug to 02 Sep 2011, provide two (2)vessels for training equal to: 39 foot Cuddy Cabin (inboard engines) 12 Days @________________ 46 foot Sports Fisher12 days @___________________ Place of Performance: Special Boat Team Twenty, Virginia Beach VA. The following provisions and clauses are incorporated into the RFQ: CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (SEP 2006) Alternate I (OCT 1995) FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.209-1 Qualification Requirements (FEB 1995) FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006) FAR 52.211-5 Material Requirements (AUG 2000) FAR 52.211-15 Defense Priority and Allocation Requirements (APR 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes DEV or Executive Orders Commercial Items (APR 2008) (DEVIATION) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) Alternate I (DEC 2001) 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 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.227-1 Authorization and Consent (DEC 2007) FAR 52.232-9 Limitation on Withholding of Payments (APR 1984) FAR 52.232-17 Interest (JUN 1996) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (MAY 1999) FAR 52.233-1 Disputes (JUL 2002) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.209-7004 Subcontracting with Firms that Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 252.211-7003 Item Identification and Valuation (JUN 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) (DEVIATION) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) This Solicitation (JAN 2000) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation 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) FAR 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. Award will be based on best value using the following factors technically acceptable / low price. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (JUN 2008) Alternate I (APR 2002) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (MAY 1989) FAR 52.222-50 Combating Trafficking in Persons (AUG 2007) 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 Clauses (APR 1984) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) 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 Contracting Officer is Lavern Whitfield (757) 763-4430. 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 via email to ruby.phillips@nsweast.socom.mil. Only written questions regarding this announcement will be accepted. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. 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.Special
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-11-T-0013/listing.html)
 
Place of Performance
Address: Special Boat Team Twenty (SBT 20), Virginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN02409925-W 20110327/110325234920-7e9e7c882cebea9bc338416b77026d68 (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.