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 H92242-11-T-0511. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-48, dated 31 Jan 2011 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 's Special Boat Team Twenty -Two requests responses from qualified sources capable of providing: CLIN 0001 Special Boat Team Twenty-Two's Master Mariner's training evolution (Basic COI) for 12 days each Apr 3 - 15, 2011 and May 2 -14, 2011. CLIN 0002 Special Boat Team Twenty-Two's Master Mariner's training evolution (Intermediate (COI)) for 12 days each Apr 18 - 30, 2011 and May 16 -28, 2011. 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 25 MAR 2011. 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
For
Master Mariner Course of Instruction
1.0. Project Overview: Provide SBT-22 personnel with Master Mariner training through the period of 02APR-May28 2011. Training shall include but not limited to Navigation, Craft Handling, Craft Systems and Engineering, and ASA Sailing Instruction and qualifications.
2.0. The contractor shall provide Course of Instruction (COI) as stated in line items 2.1 and 2.1: 2.1. Master Mariner Basic COI:- ASA 101-103- Powerboat Handling (CPS 200)- 5 Day Vessel Systems The course of instructions shall run for a 12-day training period, beginning on a Monday and ending on the following Friday: - Course topics include: Marlinspike, Navigation Publication, Basic Keelboat Sailing, Basic Coastal Cruising, Intermediate Coastal Cruising (Bareboat Chartering), Coastal navigation, Advanced Coastal Navigation, Live-Abroad Offshore Sailing Trip, Comprehension of Government Navigation Publication, Rules of the Road, Underway Power Boat Handling, Voyage Planning, Compass Run/Inlet Run, close maneuvering skills, power boat principles, powerboat operations, powerboat maintenance, powerboat safety, powerboat basic trouble shooting, aids to navigation and Offshore Practical Navigation Run. Basic Training should cover gas engines, electrical systems, vessel systems. This training breakdown breaks shall be 30% Classroom Instruction and 70% Practical Exercises.
The phases should be broken into the following weekly segments:
*This segment is conducted on the weekend in between Week One and Two.
3.0. Contractor Furnished Material: Contractor shall furnish the facility for training and equipment to facilitate Advanced Navigation, Craft Systems, Engineering and Seamanship Training. Costs should include instructor fees and setup time, lab equipment, training books/material, course certificates, vessel fuel and operating costs, overnight voyage and provisions, USCG Licensed Captains and administrative fees. Student's lodging is included in the cost of training. CONTRACTOR MUST HAVE AT LEAST 30 OR MORE SAILING AND/OR POWER-DRIVEN VESSELS AT THE FACILITY TO ACCOMMODATE MASTER MARINER TRAINING. Contractor shall also be flexible to students on which craft they would like to train on therefore optimizing the training event and student's skill level. All safety equipment and boat gear will be provided by school.
4.0. Government furnished Material: The government will provide the following personal equipment: Hydration system (canteens or camel back), rain gear and other clothing appropriate for the environment.
5.0. Place of Performance: Along the Eastern coast line.
6.0. Performance period as stated in line item 6.1 and 6.2:
6.1. Master Mariner Basic COI:
6.2. Master Mariner Intermediate COI:
7.0. Number of Students as stated in line items 7.1 and 7.2:
7.1. Master Mariner Basic COI:
7.2. Master Mariner Intermediate COI:
SBT-22 Point of Contacts for this Statement of Work:
SBC Michael Palmer @ 228-813-4000 or via email