Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2012 FBO #3735
SOLICITATION NOTICE

19 -- BOAT RENTAL

Notice Date
2/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
487210 — Scenic and Sightseeing Transportation, Water
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Detachment Cleveland, 1240 East 9th Street, Cleveland, Ohio, 44199-2060, United States
 
ZIP Code
44199-2060
 
Solicitation Number
2112302C62E74
 
Archive Date
3/13/2012
 
Point of Contact
SCOTT S. HUTTON, Phone: 216-902-6339, Matthew J. Grant, Phone: 216-902-6368
 
E-Mail Address
SCOTT.S.HUTTON@USCG.MIL, matthew.j.grant@uscg.mil
(SCOTT.S.HUTTON@USCG.MIL, matthew.j.grant@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work - USCG Aviation Training Requirements Coast Guard Air Station Traverse City (-) 1. Scope of Work: This Statement of Work describes the vessel and personnel required to support U.S. Coast Guard Air Station Traverse City, MI. The contractor will be responsible for providing and operating a vessel in support of the U.S. Coast Guard's aviation training program. Specifically, the equipment necessary for the vessel to support helicopter hoisting operations. 2. Background: One of the Coast Guard's primary missions is Search and Rescue. In order for the Air Station to fulfill this mission, it is necessary to conduct helicopter hoists of equipment and rescue swimmers to/from underway vessels and to/from the water. These skill sets require both initial and proficiency training for Coast Guard pilots and aircrews. This training requires small boat support. 3. Vessel Description: The vessel shall be no smaller than 34 feet and no longer than 65 feet in length and shall have at least a 10 foot beam. The maximum draft of the vessel shall not exceed 4 feet. Vessel gross weight shall be a minimum of 8 tons. a. Other Characteristics: The vessel must be capable of easily recovering personnel from the water. The minimum required speed for the vessel is 0 knots or "dead in the water". The vessel must have the endurance to maintain 10 knots transit speed for a minimum of 3 hours; 15 knots for 3 hours desired. The vessel must be capable of maintaining a heading of +/- 10 degrees at 5 knots while operating under a large helicopter producing 90 knots of rotor downwash in varying sea states and winds. An extremely shallow draft vessel is undesirable due to drift characteristics when subjected to rotor downwash. The vessel must have no permanent structures protruding higher than 20 feet above the water line which cannot be quickly stowed (e.g., antennas). b. Required Deck Area: The minimum deck area is 58 sq ft on the aft (fantail) portion of the vessel to allow two crew members to safely conduct operations. The deck area must be free of all obstructions. c. Vessel Equipment: The vessel shall have. At a minimum, all equipment required by law including a fathometer, VHF-FM multiple frequency capable 2 way marine radio with specified frequencies/channels (13, 16, 21, 22, 23, 81, 83) and minimum ranges (20nm), a cell phone for secondary communications to the Air Station Traverse City Operations Center, GPS and a long distance high beam search light. d. Safety Equipment: The vessel shall be outfitted with a contractor furnished first aid kit and approved Type III personal flotation devices for crew and passengers. Survival suits shall be provided, by the contractor, as needed for crew members allowing them to operate on the weather deck / under rotor downwash continuously in cold temperatures. The contractor shall provide helmets, gloves, goggles, hearing/ear protection, for use by crew members during helicopter hoisting operations. Anticipate that static electricity charge from the helicopter will be encountered. The vessel shall demonstrate the means to dissipate electrical charge through a grounding wand to the water or to the vessel. e. Required Docking/Mooring Facilities: The contractor will be responsible for providing docking/mooring facilities for their vessel. The vessel shall be located within a 30 minute transit time from the geographical areas of operation. f. Vessel Maintenance: The contractor shall operate and maintain the vessel, all equipment and systems in accordance with the original equipment manufacturer's technical manuals and specifications, United States Coast Guard regulations and any applicable federal, state, and/or local regulations. 4. Personnel: All contractor personnel are required to be U.S. citizens or legal residents of the United States. a. Point of Contact: The contractor shall provide a point of contact who shall be available to discuss work performed under this contract during the normal working day and periods of underway time. The point of contact shall be able to read, write, and speak English fluently. b. Crew: Minimum vessel crew shall consist of a coxswain and two deckhands. Each of the crew members shall be capable of operation and maneuvering the vessel during helicopter hoist operations and any required rescue operations. The training vessel shall also be able to accommodate one Coast Guard member during certain designated training situations (e.g. certain scenarios may require a Coast Guard member to conduct role playing with aircraft). c. Coxswain: The coxswain shall be licensed, at a minimum, for the size of the vessel being operated, including the carriage of six passengers, shall be qualified in CPR and speak English Fluently. d. Deckhands: The deckhands shall be knowledgeable in shipboard operations, rigging for helicopter operations and deck seamanship. e. Qualifications: Contractor shall establish a minimum set of standard qualifications for each Coxswain and Deckhand to be approved by the Coast Guard. Contractor shall maintain a list of qualified personnel. Unqualified personnel cannot perform unsupervised during hoisting operations. 5. Operational Requirements / Site: The schedule required and the operating site is as follows: a. Normal Schedule: Contractor will provide services per the scope of work to include start of contract through 31 December 2011, and then 1 April 2012 through 31 December 2012. Typically the contractor will be required to provide services one day per week on Tuesday consisting of two sessions per day. The contractor will be paid by the session. A session is to include 2.5 hours of on scene time and will not include transit time from the dock. The session will start when the contract boat is on scene at the agreed place of training. Operations will typically be conducted for on scene periods of (session 1) 2.5 hours during periods scheduled between 1300-1600 hours and (session 2) at local sunset and will last two hours after local sunset time. The Coast Guard will provide specific times for services and the specific on scene location within the area of operation a minimum of 24 hours in advance. Additional training periods may be conducted at a greater frequency to accommodate surge training requirements on a schedule mutually agreed upon by the parties. b. Area of Operation: The area of operations will be mutually agreed upon by both parties, which may be not greater than 10NM of the shoreline and within a 15NM radius of Coast Guard Air Station Traverse City (Grand Traverse Bay); operating in the southern portion of East and West Bay is preferred. c. Official Passengers: The contractor shall accommodate the transport of Coast Guard Rescue Swimmers and/or other official persons designated by the Commanding Officer during contracted sessions. Typically the Official Passengers will embark and disembark from the contract boat at the contractor's mooring/docking location. d. Operational log: The contractor shall maintain a log of all operations, which includes dates, location, time, duration and type of evolutions being performed. The log shall be passed to Air Station Traverse City's Supply Officer on a monthly basis within 5 days of the end of the month. e. Communications during Operations: The contractor shall ensure that the vessel contacts Air Station Traverse City's operations watch stander at intervals not to exceed 30 minutes while engaged in aviation training services. f. Weather Criteria: The vessel must be capable of completing training requirements in sea states of up to 5 feet and wind speeds of up to 30 knots. Visibility for operations must be at least 3NM. g. Functions / Tasks: The contractor shall support training operations for the hoisting and/or delivery of equipment from government aircraft. These objects may be delivered directly to the contract vessel or dropped into the water for retrieval. The contractor shall also serve as an on scene search and rescue and rescue assist during helicopter rescue swimmer deployment evolutions and helicopter approaches to the water. The training to be conducted will be both initial for new aviators/aircrews and proficiency maintenance for experienced aviators/aircrews. 6. Performance Evaluation Meetings: The contractor's project manager shall meet at least bi-weekly with the Operations Officer and Supply Officer (or representatives) during the duration of the contract to discuss performance problems and review contractor corrective actions. The operational log will also be used to verify the contractor's timely arrival on station. If the contractor fails to meet the scheduled training events or is unable to complete the training activity, the frequency of not fulfilling the scheduled requirements may be the basis for a monetary deduction in the charter hire. Meetings will be held thereafter at intervals to be established by the Operations Officer and/or Supply Officer. 7. Communication Procedures: The government shall provide/assign VHF communication frequencies for contractor use. The contractor shall provide a cell phone on board for secondary communications with Air Station Traverse City Operation Center. 8. Pre-Award Inspection and Evaluation: A successful quote by a potential contractor will require an inspection and underway/on-scene evaluation of performance characteristics to ensure that the vessel meets the requirements indicated in the statement of work. Contractors shall anticipate background checks of personnel operating the vessel. Additionally, personnel operating the vessel will be encouraged not to discuss specifics of Coast Guard training characteristics or training performance with personnel outside the government. 9. Orientation Briefing & Training: The government shall provide an orientation brief and initial training for key contract personnel prior to the contract start date. The orientation and training will include at a minimum safe boating practices, vessel hoisting operations, rescue swimmer operations, dewatering pump delivery operations, etc. The government shall also provide semi-annual refresher training on the same items. 10. Invoicing for Service: A set payment will be established for a standard 2.5 hour training block, and a set rate for any hour, of fraction thereof, for training that extends beyond the training block. The standard training block will include two hours of contract vessel on scene time, not including transit time to/from the training site from the contractor's mooring/docking location. On scene time commences either: (1) when the contract boat arrives at the specified training site and no sooner than the scheduled time, or, (2) when the Coast Guard arrives on scene and requests for training to commence, whichever happens first. Training will end when the Coast Guard departs the scene. In the event the Coast Guard does not use the full standard training block, the contractor will still be paid for a full standard training block. No single training session shall exceed six hours. Any unused training blocks at the end of the contract will be forfeited and the Government will retain any unused funds. (Reference FAR 12.403, Termination for the Governments Convenience.) 11. Training Block Cancellations: Any cancellation made by the Coast Guard four hours prior to the scheduled training block start time shall not be invoiced for service. The training block may be rescheduled and used without penalty at a later date. Any training block cancellation due to exceeding weather criteria or operational precedence may be rescheduled and used without penalty at a later date. The contractor or coxswain must notify the Coast Guard four hours prior to the scheduled training block start time if weather exceeds parameters. 12. Insurance: Contractor is responsible for ensuring they have adequate liability insurance coverage under FAR 28.306(a-2). Contractor I have read, understand and agree to all of the terms and conditions specified in the Statement of Work above. Contractor's Signature: ______________________________ Date: _________ Contractor's Printed Name: ________________________ Phone # __________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPUSCGISCC/2112302C62E74/listing.html)
 
Place of Performance
Address: 1175 AIRPORT ACCESS ROAD, TRAVERSE CITY, Michigan, 49686, United States
Zip Code: 49686
 
Record
SN02674002-W 20120215/120213235520-d6d50be725059ca46b50eb90ac62d1a2 (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.