This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation, issued as a Request for Quotation; a written solicitation will not be issued. Solicitation Number H92242-11-T-0016 incorporates provisions and clauses that are in effect through FAC 2005-14, dated 22 November 2006 and DFARS Change Notice 20050930. The DPAS Rating for this solicitation is S1. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil. This requirement is Set-aside for Small Business. The NAICS code is 532411, the Size Standard is $6.5. The Naval Special Warfare Group Four (NSWG-4) requests responses from qualified sources capable of providing bareboat chartering services, in accordance with the attached statement of work.
CLIN 0001: Jul 11-15 2011 provide 36 foot Inboard Single Screw, Diesel (or equal) and 39- 46 foot Inboard Twin Screw, Diesel Sport Fisher (or equal) covers five (5) days each day pricing. 5/DAY $___________ Each Day (two (2) vessels)
CLIN 0002: Jul 18, to Jjul 29, 2011, provide 36 foot Inboard Single Screw, Diesel (or equal) and 39-46 foot Inboard Twin Screw, Diesel Sport Fisher (or equal) covers twelve (12) days each day pricing. 12/DAY $ __________ Each Day (two (2) vessels each)
NSWG-4 anticipates awarding a Firm Fixed Price Contract.
The following Federal Acquisition Regulations (FAR) provisions and clauses are applicable to this procurement. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 (Jun 06)
52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007),
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Nov 2006),
52.222-3 Convict Labor (Jun 2003),
52.222-21 Prohibition of Segregated Facilities ((Feb 1999)
52.222-26 Equal Opportunity (Apr 2002), 22.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006),
52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006), for EPA-Designated Products (Aug 2000),
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), 52.233-3 Protest After Award (Aug 1996).
DFAR 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005)
252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of commercial items ( Nov 2001) .
Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ .
5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000)
As prescribed in 5615.209(l), insert the following provision
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Officer. 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 by email:
Ruby Phillips, Contract Specialist
757-763-4432
And copy to:
Aninze Awanna, Contracting Officer
757-763-4407.
252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquistions of Commercial Items . (July 2009)
52.212-2, Evaluation - Commercial Items (Jan 1999) is applicable to this procurement.
(a) The government will award a contract resulting from this solicitation to the responsible Vendor whose offer conforms to the solicitation offering the lowest price technically acceptable.
Solicitation and questions will only be received by email prior to the closing date 29 Jun 2011 1000 Eastern Standard Time.
Bare Boat Charter Services
1.0 Project Overview:
•1.1 Provide Bare Boat Vessel Chartering Services for Special Boat Team TWENTY (SBT-20) training evolutions.
•1.2 The contractor shall conduct the necessary measures to provide a clean, mechanically and electrically sound vessel to support training evolutions.
2.0 Detailed Description of the Work to be performed:
2.1 Task Description:
Provide 17 days, 24 hours of bare boat chartering services for SBT-20 in support of Master Mariner training evolutions. Vessels to be available for pick-up approximately 8:00 AM on first day of training and shall be returned approximately 4:00PM with a full tank of fuel on the final day of training.
Required charter vessels and dates identified below:
•a) 2011, July 11-15,18-29; vendor will be required to have two vessel available for training, equal to the following:
•a. 36' Inboard Single Screw, Diesel
•b. 39'-46' Inboard Twin Screw, Diesel Sport Fisher
Vessels shall be located in the local Virginia Beach/Hampton area.
2.2 Vessel Inspection (check-in/check-out) shall be performed to
include Government and Contractor visually inspecting and
agreeing on condition of the Vessel before lease to begin. The
Government will return the vessel in equal condition as it
was received from the vendor, to include normal wear and
tear.
2.3 Licensed Boat Captain services to be available, if required to review and/or train Government Official to operate as a Boat Captain during the lease period. If the Government has a licensed Boat Captain training on this lease, these services will not be required.
2.4 Place of Performance:
Work shall be performed within 400 nautical miles from place of rental, to include, but not limited to: inter coastal waterways, Chesapeake Bay, and the Atlantic Ocean.
2.5 Contractor Furnished Material:
Contractor shall ensure that the vessel meets United States Coast Guard (USCG) Regulations and outfitted with the all USCG required boating safety equipment, to include Global Positioning Unit and radar.
3.0 Government Furnished Equipment:
SBT-20 will provide personnel and any equipment outside USCG Safety Regulations.
3.1 Hazardous Material Use, Handling, or Disposal:
The Contractor shall comply with all federal, state, and local (where the work is performed) laws regarding the use, handling, or disposal of hazardous materials (petroleum products, paints, coatings, etc.) required under this order.
4.0 Period of Performance:
2011, July 11-15, 18-29
5.0 Points of Contact:
Ruby Phillips (757)763-4432
6.0 Contracting Officer shall approve all changes and/or additional
charges prior to inception pertaining to this awarded agreement.