Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2004 FBO #0878
SOLICITATION NOTICE

19 -- Rental of 10 Vessels

Notice Date
4/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3rd Contracting Squadron, 10480 22nd Street, Elmendorf AFB, AK, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
Reference-Number-F73AJ340700100
 
Response Due
5/4/2004
 
Archive Date
5/19/2004
 
Point of Contact
Alfredia Tyler, Contract Administrator, Phone 907-552-5459, Fax 907-552-7496, - Larry Hurlburt, Contract Specialist, Phone 907-552-5459, Fax 907-552-7496,
 
E-Mail Address
tyleram@elmendorf.af.mil, lawrence.hurlburt@elmendorf.af.mil
 
Description
(i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) Solicitation of Purchase Request F73AJ340700100 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-22. (iv) This acquisition is for full and open competition. The NAISC code is 532411, size standard $6M. (v) Provide ten (10) vessels 65ft in length or larger and crew to comply with the SOW (see attachment). (vii) Period of Performance is 7 June through 11 June 2004. (viii) FAR clause 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. (ix) FAR clause 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: Price and Past Performance. (x) Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with the quote. Offerors must also include a completed copy of the provision at DFARS 252.212-7000, Offeror Representation. (xi) FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-- Commercial Items, applies to this acquisition. Only the following FAR clauses cited in the clause are applicable. 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13, Restrictions on certain foreign purchases, 52.232-33, Payment by Electronic Funds Transfer (EFT), Central Contractor Registration. DFAR clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes- Commercial, also applies to this acquisition. Only the following FAR clauses cited in the clause are applicable. 52.203-3, Gratuities, 252.247-7023, Transportation by Sea and Air, (xiii) Offeror must include in response the boat size, crew size and type of communication system (Marine VHF, SSB, or satellite phone), (xiv, & xv) N/A. MINIMUM INSURANCE REQUIREMENTS (IAW FAR 28.307-2(e): The contractor agrees to carry and maintain, as a minimum, the following insurance covering its activities under this contract: For marine vessels employed in the performance of the contract, the contractor will carry or require the owners of the vessels utilized in the performance of work to carry Protection & Indeminity Insurance with a combined minimum single limit of $1,000,0000 per crew member. (xvi) Offers are due by 4 May 2004 12:00 PM, Alaska Standard Time. Submit offers via fax to (907) 552-7496, or email to alfredia.tyler@elmendorf.af.mil and lawrence.hurlburt@elmendorf.af.mil (xvii) For information contact Alfredia Tyler, Contract Specialist, or A1C Lawrence Hurlburt , Contract Specialist. Phone (907) 552-7573 or (907) 552-5459 Fax (907) 552-7496 email- alfredia.tyler@elmendorf.af.mil or lawrence.hurlburt@elmendorf.af.mil. ALCOM TRAINING EXERCISE STATEMENT OF WORK 1. DESCRIPTION OF SERVICES 1.1 The contractor shall provide all vessels, personnel, equipment, materials, supervision, and other items and services necessary to perform support services for joint training exercise Department of Defense (DoD)/United States Coast Guard (USCG), NORTHERN EDGE 2004, 7 June 2004 through 11 June 2004. 2. EQUIPMENT AND CREW REQUIREMENTS 2.1 Contractor shall provide ten (10) vessels with crew, 65ft in Length or larger as certified by USCG, and capable of safe, and sustained offshore operations. 2.1.1 Vessel shall have a current United States Coast Guard (USCG) inspection sticker. 2.2 Vessel and crew shall be fully licensed for commercial operations. 3. OPERATIONAL REQUIREMENTS 3.1. Contractor shall coordinate required services with the Alaskan Command, J373 and designated representative. 3.1.1 Contractor shall support training 0800 HRS, 7 June 2004 through 1600 HRS, 11 June 2004. 3.1.2 Contractor shall take station as assigned within the defined exercise area on a daily basis. The exercise area is contained within the space defined by the following coordinates: N59-10, W150- 00; N57-55, W151-00; N57-30, W148-20; 58-45, W147-30. 3.1.3 Contractor shall move as assigned on a daily basis during a specified three-hour period. 3.1.4 Vessels shall maintain station within the exercise area as assigned for the entire exercise period. 3.2 Contractor shall monitor assigned Very High Frequency/Single Side Band (VHF/SSB) frequencies and satellite phones, if available, for assignments and instructions. 3.2.1 Contracted vessels shall receive instructions from the Contracting Officer?s Technical Representatives, USGC/USN (United States Navy) using Marine VHF, SSB or satellite phone. 4. CONDITIONS 4.1 Low level passes by jet, prop and helo aircraft can be expected. 4.2 US Navy (USN) and US Coast Guard vessels will also be operating in the area. 4.3 Contractor can perform other activities (i.e. fishing, oil spill mitigation activities) as desired if it does not interfere with the training mission.
 
Place of Performance
Address: Kodiak Alaska
 
Record
SN00569333-W 20040422/040420211917 (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.