Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOLICITATION NOTICE

19 -- REPAIR OF INFLATABLE WATERBORNE CRAFT - WAGE DETERMINATION

Notice Date
4/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 1, 3632 Guadalcanal Road, Bldg 165, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92240-12-T-0019A
 
Archive Date
5/16/2012
 
Point of Contact
Wayne S Johnson, Phone: 6195373291, Cynthia Y. Urias, Phone: 6195373292
 
E-Mail Address
wayne.s.johnson.ctr@navsoc.socom.mil, cynthia.urias@navsoc.socom.mil
(wayne.s.johnson.ctr@navsoc.socom.mil, cynthia.urias@navsoc.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
WAGE DETERMINATION SAN DIEGO WD 05-2057 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, associated references as it pertains to FAR 13.5 and 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 H92240-12-T-0019A. A Firm Fixed Price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-56 effective April 2, 2012. North American Industrial Classification Code (NAICS) 336611 with a Standard Business Size of 1000 employees applies to this procurement. The proposed contract is 100% set aside for Small Business Concerns. Performance Work Statement (PWS) Waterborne Craft Maintenance and Repair Naval Special Warfare Group One (NSWG-1) Logistic Support Unit (LOGSU) •1.0 BACKGROUND: •1.1 Naval Special Warfare Group One (NSWG-1) Logistic Support Unit (LOGSU) provides uninterrupted availability of new and repaired waterborne craft for Naval Special Warfare for use of SEAL Team Training requirements and to support missions throughout various areas of operation. •2.0 OBJECTIVE/SCOPE •2.1 NSWG-1 LOGSU seeks a Contractor to provide all labor, material and parts to clean, inspect and repair, as required, Government Owned Inflatable Waterborne Craft. Services to include warranty work when applicable. •2.2 Contractor must be an authorized Zodiac Military Professional (Zodiac MIL PRO) Authorized Warranty and Repair facility and be able to maintain authorization during the duration of this contract. Contractor shall provide proof of dealership letter or other documentation indicating authorized dealership prior to the award of this contract. •2.3 The contract shall have a Period of Performance (POP) of one (1) Year after the date of award. •3.0 PERFORMANCE REQUIREMENTS •3.1 All work shall be performed on Government owned and furnished Inflatable Waterborne Craft which presently includes the following types. •3.1.1 Zodiac Combat Rubber Raiding Craft (CRRC) Inflatable Boats •3.1.2 Amber 800 Inflatable Boats •3.2 The Contractor shall comply with all applicable Occupational Safty and Health Administration (OSHA), environmental, state and federal regulations regarding the disposal and cleanup of residual materials resulting from the service and repair or inflatable waterborne craft. •3.3 The Contractor shall complete all required reports, logs, records and documentation as required and submit them to the Technical Point of Contact (TPOC) within the timeframe allowed. •3.4 The Contractor shall submit a single flat transportation rate for each service call (pick up and delivery of craft) to Naval Amphibious Base, Coronado, CA. Mileage shall be in accordance with Joint Travel Regulation (JTR). •3.5 The Contractor shall respond (pickup of watercraft) to a service call within 24 hours during normal business days. Calls made on a Friday will be picked up on the following Monday. •3.6 Perform all labor, soft parts and materials to perform a Preliminary Preparation and Inspection Service to include a Zodiac Limited Technical Inspection (LTI) Boat Receiving and Pressure Test Report, or same/similar Report for other than Zodiac watercraft to include: •3.6.1 Unpack and Inflate vessel. •3.6.2 Wash, clean and dry vessel. •3.6.3 Disassemble all valves and hoses, clean and replace soft components, reassemble all valves and hoses. •3.6.4 Inflate vessel to proper PSI •3.6.5 Perform 16 hour pressure test •3.6.6 Inspect all glued seams and valve insert connections. •3.7 Prepare and submit a Work Estimate to NSW LOGSU Technical Point of Contact (TPOC) to include Price, Conditions Found and Recommended Repairs. •3.8 Provide all labor required as determined from the LTI to repair the inflatable boats. •3.9 Provide only OEM parts required to repair the inflatable boats. •3.10 Provide a one week (40 hours) Zodiac Boat Repair Training Course for 12 Students during the Base Period of this contract. Provide a one week (40 hours) Zodiac Boat Repair Training Course for 12 Students during the Option Year I POP, if exercised. Provide a one week (40 hours) Zodiac Boat Repair Training Course for 12 Students during the Option Year II POP, if exercised. Specific date, time, and location will be coordinated and agreed upon by both the Contractor and the TPOC during the applicable POP. 3.11 SERVICE DELIVERY SUMMARY TABLE Performance Requirement Paragraph Performance Threshold 1. Submit Quality Control Plan (QCP) Paragraph 4.1 100% delivery and compliance 2. Service Repair Calls - response time within 24 hours during normal business days. Calls on Friday will be within working day on following Monday. Paragraph 3.5 98% delivery and compliance 3. Submit reports, logs, records, documentation. Paragraph 3.3 100% delivery and compliance 4. Proper disposal of materials Paragraph 3.2 100% delivery and compliance •4.0 QUALITY ASSURANCE •4.1 The Contractor is responsible for implementing and maintaining a Quality Control Plan (QCP) that identifies and results in the correction of potential and actual problems. The QCP will contain a mechanism to accurately document the exclusive use of OEM parts and repair procedures in accordance with manufacturer's manuals and instructions. The QPC shall be implemented on the first day of the contract period. •5.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES •5.1 GENERAL: None provided •5.2 FACILITIES: None provided with the exception of 1 week of training per period of performance. •5.3 UTILITIES: None provided •5.4 RECORD, DOCUMENTS, WORK PLATES: None provided •6.0 CONTRACTOR SECURITY QUALIFICATIONS/REQUIREMENTS •6.1 United States Citizenship and local records check will be required for base access. •6.2 This contract does not require a security clearance or clearance granted by the Defense Security Service. •7.0 PERSONNEL •7.1 The Contractor shall furnish sufficient personnel to perform all work specified in this PWS. •7.2 When performing work associated with this PWS, the Contractor personnel shall make clear to all individuals they deal with that they are contract employees and not Department of Defense (DOD) employees. Contractor personnel shall be clearly identified, when accessing government facilities by a company shirt, pin, or other visible company identification. •7.3 Contractor personnel shall not manage, supervise, direct, or task US military, DOD civilians or other personnel not associated with the Contractor while performing tasks of this PWS. •7.4 Contractor personnel shall not make any commitment which commits the expenditure of US Government recourses. •7.5 Contractor personnel shall not establish an employee-employer relationship with NSW under this PWS. •7.6 Contractor personnel shall not provide personal services to NSW under this PWS. If Contractor personnel are directed by any Government employee at any time to perform services not covered under this PWS, the Contractor shall immediately notify the TPOC. •8.0 TECHNICAL POINT OF CONTACT: To be added at time of award. SECTION B CLIN 0001 - Boat Inspection in accordance with (IAW)the PWS. QTY-40 EA UNIT PRICE___________ EXT PRICE______________ CLIN 0002 - Boat Repair IAW the PCS. QTY-25 EA UNIT PRICE___________ EXT PRICE______________ CLIN 0003 - Travel for Pickup to and from Naval Amphibious Base, Coronado, CA. IAW the Joint Travel Regulations (JTR). (40 Trips) Qty 1 Lot UNIT PRICE___________ EXT PRICE______________ CLIN 0004 - Training, Zodiac Boat Repair (40 Hours for 12 Students) IAW the PWS. 1 LOT Unit Price _____________ EXT PRICE______________ CLAUSES INCORPORATED BY REFERENCE: 52.202-1 Definitions (JUL 2004) 52.203-3 Gratuities (APR 1984) 52.203-5 Covenant Against Contingent Fees (APR 1984). 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) 52.203-7 Anti-kickback Procedures (OCT 2010). 52.203-8 Cancellation, Recession, and Recovery of Funds for illegal or improper Activity (JAN 1997) 52.203-10 Price or Fee Adjustment for illegal or Improper Activity (JAN 1997) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (MAY 2011) 52.204-7 Central Contract Registration (APR 2008) 52.204-8 Annual Representations and Certifications (MAY 2011) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (MAY 2011) 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2011) 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2011) 52.219-8 Utilization of Small Business Concerns (JAN 2011) 52.219-18 Post-Award Small Business Program Representation (APR 2009) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246) 52.222-35 Equal Opportunity for Veterans, (SEP 2010) (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 Employment Reports on Veterans, (SEP 2010) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Act 1965 (NOV 2007) 52.222-43 Fair Labor Standards Act and Service Contract Act (SEP 2009) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving(AUG 2011) 52.224-1 -- Privacy Act Notification 52.224-2 -- Privacy Act. 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010) 52.232-23 Assignment of Claims (JAN 1986) 52.232-25 Prompt Payment (OCT 2008) 52.233-1 Disputes (JUL 2002) 52.233-2 Service of Protest (SEP 2006) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.242-13Bankruptcy (JUL 1995) 52.244-6 Subcontracts for Commercial Items (DEC 2010) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-6 Authorized Deviations in Clauses (APR 1984) 52.253-1 Computer Generated Forms (JAN 1991) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (JAN 2009) 252.203-7001 Prohibition on Person Convicted of Fraud or Other Defense-Contract Related Felonies (DEC 2008) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7004 Alternate A Required Central Contractor Registration (SEP 2007) 252.204-7007 Alternate A, Annual Representations and Certifications (MAY 2010) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.243-7002 Requests for Equitable Adjustment (MAR 1998) SOFARS 5652.201-9002 Authorized Changes Only by Contracting Officer (JAN 2005) 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 52.212-2 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: (1) Technically Acceptable (2) Price (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. 52.217-8 FAR Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days prior to the period of performance expiration date. USSOCOM FAR SUPPLEMENT 5652.209-9002 Use of Contractor Support/Advisory Personnel for Review of Proposals (2005) The offeror's attention is directed to the fact that contractor consultant/advisors to the Government will review and provide support during proposal evaluations. When appropriate, non-government advisors may have access to offeror's proposals and may be utilized to objectively review a proposal in a particular functional area and provide comments and recommendations to the Government's decision makers. They may not establish final assessments of risk, rate or rank offerors' proposals. All advisors shall comply with procurement Integrity Laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding source selection and proprietary data. Submission of proposal in response to the solicitation constitutes approval to release the proposal to Government Support Contractors. USSOCOM FAR SUPPLEMENT 5652.209-9003 Use of Contractor Support/Advisory Personnel as Contract Specialists (2006) The contractor's attention is directed to the fact that contractor personnel may assist the Government in a contract administrator role for administration of this contract. Execution of this contract constitutes approval to release the contract and contractor's proposal to Government Support Contractors who have signed Non-Disclosure and Rules of Conduct/Conflict of Interest Statements SOFARS 5652.215-9016 Technical and Contractual Questions Concerning 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: Wayne S. Johnson, Contractor Support Contract Specialist; wayne.s.johnson.ctr@navsoc.socom.mil, Ph:(619) 537-3291, 3632 Guadalcanal Road, Bldg 165, San Diego, CA 92155
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f0bf3f94339fdfa1403ca239445dbafa)
 
Place of Performance
Address: Place of Performance to be at the contractor's facility with the exception training as noted in the PWS., United States
 
Record
SN02723569-W 20120419/120417234626-f0bf3f94339fdfa1403ca239445dbafa (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.