Federal Bid

Last Updated on 05 Feb 2010 at 9 AM
Combined Synopsis/Solicitation
Miami Florida

Master Mariner Training

Solicitation ID H92242-10-T-0504
Posted Date 11 Jan 2010 at 6 PM
Archive Date 05 Feb 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Naval Special Warfare Command
Agency Department Of Defense
Location Miami Florida United states
 

  Amendment to Add:  Industry's Questions and Answers: The attached document is provided:

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; a written solicitation will not be issued.  The Request for Quotation number is H92242-10-T-0504.   This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-38, dated 10 Dec 2009 and DFARS Change Notice 20091123.  The DPAS Rating for this solicitation is DO. 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 and http://www.acq.osd.mil/dpap/dfars/index.htm .  The NAICS code is 611699, the Small Business Standard is 6.9 Mil.  This requirement is Unrestrictive. The DPAS rating for this solicitation is DO. The Naval Special Warfare Group 4 requests responses from qualified sources capable of providing:  CLIN 0001 Naval Special Warfare Group Four (NSWG-4) Master Mariner's training evolution for 10 students from 01 Feb 2010 through 05 May 2010.  Performance shall be in accordance with the statement of work provided below:  This requirement is FOB Designation.  The following FAR provisions and clauses are applicable to this procurement:  52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications.  Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2008). The following clauses are applicable to this solicitation:, 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Designation (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984).  Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items(Jun 2005)    Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) (DEVIATION),   252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), and 252.243-7001 Pricing of Contract Modifications (Dec 1991).  Quoters shall include the quoter's price for each part listed in this synopsis.  All clauses will be incorporated by reference in the order.     

 

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/ .

 

All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame.

 

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 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:   The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provide the lowest cost to the Government.   

 

To be considered by the agency, all quotes must be received by the Contracting Officer no later than 2000 pm hours (Eastern Standard Time) on 20 JAN 2010.  All questions shall be sent to the Contracting Officer, LaVern Whitfield, at (757) 763-4430 or email [email protected].   

Statement of Work

 

 

STATEMENT OF WORK

Special Boat Team 22

Master Mariner Training

(01FEB10-05MAR 10)

 

 

1.0  Project Overview:

 

•1.1     Provide maritime training evolutions designed to increase proficiency of US Navy Special Boat Team members in civilian watercraft operation, navigation and general systems familiarizations.  Course shall provide classroom facilities, yacht availability, and underway instruction for 10 students from 01 FEB 2010 through 05 MAY 2010 (33 Days).

 

•1.2      The Contractor shall conduct the necessary measures to provide a mechanically and electrically sound vessel capable of conducting extended operations at sea to support training evolution.   

 

2.0  Detailed Description of the Work to be performed:    

 

2.1   Task Description:

 

Week One:  This training shall be a hands on approach to understanding, trouble shooting and performing basic maintenance on those systems found on a normal  yacht of the size used in the program ; 36' to 50'. Training shall consist of both lab time, classroom time and vessel underway time. The contractor shall provide training to include vessel ignition systems. The purpose of this section is to give the student a better understanding of troubleshooting and the technical aspects of vessel ignition systems.   Students that successfully complete this program shall receive a Certification in the awardees' company name.   Total time: 40 hours; 5 days.  

            Diesel Engine Basic Principles

                  -Air Induction

                  -Cooling Systems

                  -Fuel Systems

                  -Oil Systems

                  -Starters and Charging Systems

            Gasoline Engine Basic Principles

                  -Air Induction

                  -Cooling Systems

                  -Fuel Systems

                  -Oil Systems

                  -Starters and Charging Systems

            Gear Boxes

            E/R Ventilation Systems

            Batteries

                  -Voltages

                  -DC Theory/AC Theory

                  -Battery Configuration

                  -Generators

                  -Electrical Troubleshooting

                  -Electrical Safety

            Shafts, Props and Rudders

                  -Shafts

                  -Props

                  -Rudders

            Steering Systems

                  -Hydraulic/Mechanical

                  -Emergency Steering

                  -Inspection

            Vessel Systems

                  -Bilge Pumps

                  -Seacocks

                  -Water Systems

            Waste Systems

            Steering/Trim Tabs

Bow Thrusters/Stabilizers

Ground Tackle

Air Conditioning Systems           

                 

      Week Two:  Contractor shall provide both Special Boat Team and SWCC operators with the knowledge and skills necessary to operate a variety of different vessels including: Single screw inboard, Twin screw inboard, single Inboard/Outboard; twin Inboard/Outboard and twin outboard.  These are the types of vessels that will most commonly be found in the civilian area of boating.  Sizes of vessels used for training shall run from 26 ft to 42 ft with most of the concentration placed on docking/undocking and close quarters maneuvering.  Included in this week shall be a review of basic navigation, seamanship & safety and basic boat maintenance.  The course shall be completed with a daily voyage plan and navigation run either in inland waters or coastal waters depending weather and sea state.   Total time: 30 hours; 5 days

Vessel safety equipment

Pre-voyage navigation plan

Electronic navigation

Communications

Helmsman ship

Ships business

Clearing Customs

Undock/docking maneuvers

Line handling

Engine systems

Vessel support systems

AC/DC systems

Generator operations

Fuel system

Steering system

Fresh water system

Air conditioning system

MSD

Watch standing

Hydraulic systems

Interior and exterior maintenance

Charter contracts

 

Week Three:  Contractor shall conduct a five day live aboard training program  consisting of vessel safety operations, Pre-voyage planning, navigation, Electronic Navigation, Communications, Helmsman ship, Ships business, Undocking and docking, line handling, Engine systems, vessel support systems, AC/DC systems, generators operations, Fuel, Steering, Fresh water, air conditioning, MSD and Hydraulic systems.  In addition each student shall stand a watch and participate in vessel maintenance that would be expected by the normal operation of the crew.  The voyage should consist of several overnight stops made at different marinas to expose the student to the day to day operations that would be considered normal for this type of training.  The last day shall be spent returning to homeport with a 14 hour nonstop leg of the voyage.  Training shall be conducted onboard a 50 ft or larger Yacht type vessel.

 

2.2   Contractor Furnished Material:

 

      1) The contractor shall provide all required United States Coast Guard safety equipment.

 

      2) The contractor shall provide any propulsion, electrical, or electronic repairs necessary to ensure continued safe operation of the vessel.  If the vessel cannot be repaired to the satisfaction of NSWG-4 representatives within 24 hours of failure, the contractor shall provide a similar replacement vessel.  Failure to repair or replace the vessel will result in termination of the contract at the point of failure; the contractor shall return the vessel to home port at his own expense.  

 

      3) The contractor shall provide spare oil, fluids, belts, filters and impellers for all propulsion and electrical generation equipment.  All oil, filter changes, and maintenance actions shall be completed prior to inception of contract to enable sustained operation at sea.

 

      4) The contractor shall be responsible for all fuel, docking costs and instructor's travel expenses (including but not limited to the instructor's food, lodging, etc.)

 

      5) The contractor shall provide training aids, supplies, books, charts, and certifications.

 

 

3.0   Government Furnished Equipment (GFE):

 

      NSWG-4 will provide transportation to and from the classroom facilities, messing and berthing. 

 

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: 01 February 2010 through 05 March 2010.

The requested start date for this effort is at contract award for a period not to exceed 33 days beginning 01 February 2010.  The contractor shall begin procurement of materials necessary to perform the work as specified in the job specification.

 

5.0    Point of Contact:  SBCS Cary Lerner @ 757-763-4308

or via email [email protected]

 

Bid Protests Not Available

Similar Past Bids

Florida 01 Apr 2010 at 7 PM
Location Unknown 14 Jun 2011 at 1 PM
Schofield Wisconsin 10 May 2012 at 6 PM
Location Unknown 10 Aug 2009 at 3 PM

Similar Opportunities

Location Unknown 10 Jul 2025 at 11 PM
Fpo Ae 14 Jul 2025 at 11 PM
Fpo Ae 14 Jul 2025 at 11 PM