Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2002 FBO #0082
SOLICITATION NOTICE

V -- Launch Services

Notice Date
2/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Military Sealift Command, Military Sealift Command Pacific, 140 Sylvester Road Naval Base Base Point Loma- Bldg 139 3rd Floor, San Diego, CA, 92106-3521
 
ZIP Code
92106-3521
 
Solicitation Number
N62383-02-R-6138
 
Response Due
2/25/2002
 
Point of Contact
Art Vasquez, Contract Specialist, Phone 619-553-7688, Fax 619-553-7695, - Robert Link, Contract Specialist, Phone 619-553-0042, Fax 619-553-7774,
 
E-Mail Address
art.vasquez@msc.navy.mil, bob.link@msc.msc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N62383-02-R-6138 is being issued as a Request for Proposals ( RFP?s ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-16. This procurement is 100% set-aside for Small Business. The NAIC is 483212 and the small business size standard is 500 employees. Statement of Work: The contractor will provide ship to shore motor launch service for 1 to 6 ocean vessels lying at anchor off Camp Pendleton, CA. in the vicinity of Red Beach Training Area. Trips will originate at a publicly accessible dock in the Oceanside, CA. Marina. Departure times, to be provided, will be fixed. The contractor will use only properly outfitted, USCG inspected and licensed equipment with fully qualified USCG licensed crews. Service will: 1.) Be provided on a continuous daily basis consisting of 7 trips per day to each serviced vessel. Service will commence shoreside each day not earlier than 0600 hours, last shoreside departure will be not later than 2400 hours. 2.) Provide a Primary launch capable of safely transporting 45 passengers per trip and a secondary launch capable of safely transporting up to 20 passengers per trip. 3.) Provide a third launch with a capacity of not less than 15 passengers for exclusive transportation of MSCPAC Public Affairs Office personnel and material. Primary launch will be employed for the transportation of passengers. Additionally, during the period when the primary launch is the only launch supporting transportation requirements (secondary launch not at Camp Pendleton), the primary launch will make one stop each day at each vessel for the purpose of collecting and proper disposal ashore of, appropriately packaged wet and dry ships garbage, NOT to include HAZMAT. Secondary launch will carry passengers during peak periods when demand exceeds the capacity of the Primary launch. Secondary launch, when not engaged in the transportation of passengers, will make not less than one stop each day at each vessel for the purpose of collecting and proper disposal ashore, of appropriately packaged wet and dry ships garbage, NOT to include HAZMAT. MSCPAC will establish launch departure times from Oceanside Marina and will designate those personnel who will be authorized to use the service on the Primary and Secondary launches. MSCPAC Public Affairs Officer (PAO) will control the schedule and access to the PAO launch during periods of its operation. PERIOD OF SERVICE: 1.) The Primary launch will commence service as of 6:00AM on the dates identified below, unless terminated by MSCPAC sooner due to changes in the operational requirements at Camp Pendleton anchorage. 02 MARCH 2002 through 06 MARCH 2002, 16 MARCH 2002 through 18 APR 2002 and 24 APRIL 2002 through 27 APRIL 2002. 2.) The Secondary launch will commence service as of 6:00AM on the dates identified below, unless terminated by MSCPAC sooner due to changes in the operational requirements at Camp Pendleton anchorage 23 MARCH 2002 through 12 APRIL 2002. 3.) The PAO launch will commence service as of 6:00AM on the dates identified below, unless terminated by MSCPAC sooner due to changes in the operational requirements at Camp Pendleton anchorage. Operating schedule to be provided by MSCPAC PAO and coordinated directly with the launch Master. 28 MARCH 2002 through 03 APRIL 2002. The provision at FAR 52.212-1, Instructions to Offeror-Commercial, applies to this acquisition including any addenda. FAR 52.212-2 applies, Evaluation-Commercial Items. The Government will award a single 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. This is a Best Value procurement. Technical evaluation factors, when combined , are approximately equal to price. The Evaluation factors are (in descending order of importance): A) Past Performance ? provide letters from previous customers on similar projects. List the Contracts completed during the past three years. Include the following information for each contract: Name of customer, point of contact and telephone number and performance dates. B) Experience - Discuss relevant experience as a prime contractor in providing launch services as described in the Statement of Work. C) Ability to Perform the Work - Discuss the approach for performing the work and accomplishing the launch service requirements. Describe in detail equipment/launch vehicles and current technical competence of proposed operators. The price to the Government will be evaluated to determine cost realism and reasonableness of proposed price. Offerors shall include with its offer a completed copy of the Provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.225-7000, Buy American Act and Balance of Payments Program Certificate; Also, DFARS 252.204-7004, Required Central Contractor Registration. Copies of the Provision can be obtained from the POC stated herein or by downloading a copy from the FAR website at http://farsite.hill.af.mil. The clause at FAR 52.212.4, Contract Terms and Conditions-Commercial Items applies including 52.214 -35, Submission of offers in U.S. Currency, FAR 52.211-5, Material Requirements; and provision, FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212.5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies. The additional terms and conditions apply, Governement Credit Purchase Card (GCPC) will be used as a payment method for this contract, invoice submissions shall be specified in the contract award document. All offerors shall be registered in the Central Contractor Registration (CCR) website at www.ccr2000.com. The Defense Priorities and Allocations System (DPAS) applies. Offers are due at 1300 hrs PST 25 FEBURARY, 2002. Proposals shall be submitted to: Military Sealift Command, West, 140 Sylvester Road, Bldg 139 3rd Floor, Point Loma Naval Base, San Diego, CA 92106-3521, Attn: Mr. Arthur Vasquez (Tel) 619-553-7688 (Fax) 619-553-7695. Submit offers on 3 ? floppy disk using WORD 6.0/96, WORD 7.0/97, EXCEL 5.0/97, or Adobe Acrobat WIN (.pdf) or by electronic transmission (e-mail) to Arthur.Vasquez@msc.navy.mil..
 
Place of Performance
Address: Red Beach, Camp Pendleton, Ca.
Zip Code: 92057
Country: United States
 
Record
SN00028717-W 20020222/020220213349 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.