Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
MODIFICATION

J -- Dive Master & Locker Maintenance Service - Solicitation 1

Notice Date
8/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-18-R-5002
 
Point of Contact
Michael Kitchell, Phone: 503-335-4490
 
E-Mail Address
michael.t.kitchell2.mil@mail.mil
(michael.t.kitchell2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment# 4 Past Performance Questionnaire Attachment# 3 Consolidated Price Proposal Attachment# 2 Wage WD04-0047 (Rev.-15) Attachment# 1_PWS Dive Master_14AUG18 Dive Master Solicitation W912JV18R5002 This is a non-personnel services contract to provide Dive Master System and Maritime Equipment Maintenance Service. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. DESCRIPTION OF REQUIREMENT: Scope: U.S. Navy Dive Master support to the 125th STS mission. The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to perform Dive Master and Dive Locker Maintenance Services, as defined in this Performance Work Statement (PWS). The Contractor shall provide technical experience and subject matter knowledge in the operation and maintenance of assigned diving equipment, boats and outboard motors, and operate boats for functional/operational-checks and unit dive operations/training sessions. In addition, the contractor/dive locker technician shall provide technical diving observation assistance and technical diving knowledge input to the squadron Operations section in planning and development of waterborne operations procedures designed to enhance the combat readiness and collective skills of Special Tactics personnel. Military diving experience and credibility in the Navy dive community are essential to successful delivery of the required service. Background: The U.S. Navy is the Department of Defense (DOD) single point manager and proponent for all military diving matters. The 720th Operational Support Squadron conducts inspections every two (2) years to ensure mission success and personnel safety. It is imperative that diving, maritime, and associated mission equipment are maintained at peak operational readiness, In Accordance With (IAW) Navy guidelines and at the direction of the 720th STG appointed Chief Diver. To maintain compliance and insure operational readiness, the 125th STS must have highly qualified and experienced dive locker personnel, who have extensive and practical knowledge of: U.S. Navy Maintenance and Material Management (3M) system; maintenance and repair of SCUBA and oxygen diving systems; and the ability to conduct informal classroom as well as guide dive training operations in accordance with the U.S. Navy, MAJCOM, Air Force Instructions, and general diving/maritime operations training procedures. When the U.S. Navy guidelines do not identify operating instructions for specific types of equipment; the 125th STS will adhere to manufactures specifications. Period of Performance (PoP): The Period of Performance shall be one Base Year of 12 months and four (4) 12-month option years. This is a 100% Small Business Set-Aside, Firm-Fixed Price procurement and will be procured using commercial procedures. The North American Industry Classification System (NAICS) Code is 561990. NAICS AND SIZE STANDARD: The NAICS code for this project is 561990, All Other Support Services. The small business size standard, based on average annual receipts is $11 Million. SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors must be successfully registered in SAM with a matching NAICS, (www.sam.gov), in order to receive an award. To be considered, responsive offerors must register in SAM at https://www.sam.gov/portal/public/SAM/ before submitting an offer. Instructions for registering are available at the SAM website https://www.sam.gov/portal/public/SAM/ POINT-OF-CONTACT FOR QUESTIONS: The point of contact for this solicitation is Michael Kitchell, telephone: (503) 335-4490, email: michael.t.kitchell2.mil@mail.mil Any communications or questions regarding this requirement must be made in writing and forwarded via email and must identify the RFP number, company name, address, email address, phone number including area code, facsimile number, and point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-18-R-5002/listing.html)
 
Place of Performance
Address: 6801 NE Cornfoot Rd., Portland, Oregon, 97218, United States
Zip Code: 97218
 
Record
SN05042769-W 20180819/180817230808-1befb1ac59e5d5c092c2fba6b18dcc8a (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.