Federal Bid

Last Updated on 03 Nov 2017 at 2 PM
Combined Synopsis/Solicitation
Virginia beach Virginia

99 -- Advanced Navigation and Seamanship Course

Solicitation ID H92244-08-T-0089
Posted Date 07 Mar 2008 at 5 AM
Archive Date 03 Nov 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Naval Spec Warfare Development Grp
Agency Department Of Defense
Location Virginia beach Virginia United states 23461
This is a combined synopsis/solicitation for commercial commodity prepared in accordance with the format prescribed 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. This solicitation is being requested as a Request for Quote (RFQ); solicitation number is H92244-08-T-0089, as a Firm Fixed Price (FFP) type contract with fixed unit prices. The anticipated award date is on or about 12 March 2008. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-23, effective 26 December 2007. North American Industrial Classification Code (NAICS) 611310 applies to this procurement. This procurement is unrestricted. The size standard is $6.5M. Section B Schedule of Supplies/Services CLIN 0001 Description: Advanced Navigation and Seamanship Course, Quantity: 1, Unit of Issue: Lump Sum, Session of Performance: June 9, 2008 ? June 20 , 2008 Training Location: Contractors facility, within 400 miles of Virginia Beach, VA; Required Period of Performance: June 9, 2008 ? June 20 , 2008; Section C Performance Statement of Work Course of Instruction: Contractor shall provide training in Advanced Navigation and Seamanship for students with a basic level of knowledge in navigation and seamanship. As a result of the training, students must achieve the required knowledge, skills and abilities needed to effectively develop and navigate a voyage plan, calculate tide and currents, accurately plot their position, calculate set and drift, and operate electronic navigational tools such as Radar and ECDIS. Training objectives include: - Navigation Training: Aids to navigation/Nautical charts and publications, basic piloting, position determination. - Rules of the Road: Lights and day shapes, right of way, sound signals, boating laws and regulations, boating etiquette. - Basic Seamanship: Nautical terms, proper use of VHF radio?s (marine radio operator permit), man overboard procedures, Williamson turn, expanding box. - Tides and Currents: The nature of tides and their causes, tidal predictions and calculations, currents and their predictions, effects of currents on piloting. - Weather: Forces that make weather, cloud types, highs and lows, storms and severe weather, how and where to obtain marine weather reports, weather proverbs. - Marlinspike: Rope/line construction and type, marlinspike terms, coiling and sowing, knots to include: bowline, anchor bend, clove hitch, figure eight, round turn with two half hitches, becket hitch, and cleating a line. Vendor/Facility Requirements: - Vendor will provide the USCG rules of the road book, navigation study guide questions, rules flash cards, nautical text book, charts, chart plotting equipment, course manuals, and classroom materials to each student. - Facilities must be equipped with parking space for two F800 vehicles with 40Ft. boat trailers (estimated: 65 feet in total length). - Facilities must be equipped with a boat ramp within ? mile of facility to recover 40ft boats. - Facility must be equipped with piers for both mooring of the boats, and pier handling exercises for two 40 foot boats located on site. - Facility must be equipped with berthing for students on site. - Facility must include an on-site gym. - The location of the vendors facility must facilitate both open water and tight channel navigation. - Facility must include a travel lift crane and a secure storage for boats. - Training must be able 24 hours a day. - A gas dock must be located within the immediate vicinity of the contractor?s facility. - Lodging facilities must be located in the immediate vicinity. 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 (JUL 2006) FAR 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006) FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2006) 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 (AUG 2007) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003 ) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.219-28 Post-Award Small Business Program Representation (JUN 2007) 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 52.222-41 Service Contract Act of 1965, as amended (JUL 2005) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 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 52.232-36 Payment by Third Party (MAY 1999) FAR 52.233-1 Disputes (JUL 2002) FAR 52.244-6 Subcontracts for Commercial Items (MAR 2007) FAR 52.249-8 Default (Fixed-Price Supply & Service)(APR1984) DFARS 252.204-7004 Central Contractor Registration (NOV 2003) ALT A 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 252.225-7012 Preference for Certain Domestic Commodities (JAN 2007) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2005) 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 52.209-1 Qualification Requirements (FEB 1995) 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: technical competence, past performance, and price. Technical competence and past performance, when combined, weighs more than price. Offerors shall submit past performance information to include contract number, government agency point of contact and contact information, description of supplies/services provided, unit of issue, unit price, and extended price. Past performance shall be current and shall not exceed three (3) fiscal years before posting date of the combined synopsis/solicitation on FBO. (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. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS? COMMERCIAL ITEMS (AUG 2007) 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 52.252.2 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 address and telephone number of the Contracting Officer is Leigh Walker, telephone (757) 893-2713. SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) 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: Kenneth Brumfiel, Contract Specialist; Email address: [email protected]; phone (757) 893-2716; fax (757) 893-2957; mailing address: 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Questions will be accepted until March 10, 2008. Questions will be posted on March 10, 2008. Offerors must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quotes complies with the solicitation requirements. You must clearly identify how your quote meets ALL of the solicitation requirements. Point of contact for this procurement is Kenneth Brumfiel at [email protected] . All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Kenneth Brumfiel by email at [email protected] , or fax at (757) 893-2957 by no later than 8:00 a.m. Eastern Standard Time (EST) on Wednesday March 12 2008.
Bid Protests Not Available