SOLICITATION NOTICE
V -- FVB Team Transportation
- Notice Date
- 8/31/2005
- Notice Type
- Solicitation Notice
- NAICS
- 488330
— Navigational Services to Shipping
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command San Pedro, 1001 Seaside Avenue, San Pedro, CA, 90731
- ZIP Code
- 90731
- Solicitation Number
- HSCG37-05-Q-50K11
- Response Due
- 9/15/2005
- Archive Date
- 9/30/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation HSCG37-05-Q-650K11 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; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 01-19. This is small business set-aside procurement. The NAICS is 488330. Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Quotations should be written and submitted in a legible format. Award will be made to the responsible offerors whose offer conforms to the solicitation. Submitted quotes shall have the contractor?s Tax Information Number, and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. All quotations must be received not later than 16 Sept. 2005, 2:00 P.M. Pacific Standard Time. Quotations received after that date will not be considered. Electronic offers submitted via FAX to 310-732-7538 Attn: SKC William Lindsayor by email to wilindsay@d11.uscg.mil are acceptable and strongly encouraged. PERIOD OF PERFORMANCE: 01 Oct 2005 through 30 September 2006 STATEMENT OF WORK. 1. The services required are for waterborne transportation of Coast Guard Sector San Diego, Foreign Vessel Branch (FVB) boarding team personnel to and from waterfront locations within San Diego Bay, and locations off shore in the vicinity of the sea buoy, out to 15 nautical miles to and from arriving vessels. As such, these will include transit back to the harbor from outbound ships; transit out to meet inbound ships; and also transits to and from ships making movements internally within the harbor. 2. GENERAL REQUIREMENTS: (a) FVB Personnel will ordinarily embark and debark ships in the vicinity of the sea buoy, depending on weather and sea conditions, but may embark vessels as far as 15 nautical miles off shore. (b) In addition to transportation to and from the vicinity of the sea buoy, the delivery vessel shall also provide maneuvering close aboard, as required to embark FVB teams to Jacobs or pilot ladders as required. (c) The number of FVB and associated boarding team members will normally by between 4 and 6 per transit, with 4 being typical. The total number of people may be as high as 10 in unusual circumstances (e.g: requests from the media; requests from government officials; larger team requirements for heightened threat conditions, etc.). Except for larger boarding teams that may be required without notice to respond to security threats, scheduling and coordination for all transits that involve more than 6 total persons will be made a minimum of 24 hours in advance, and will be subject to approval from the delivery vessel captain. (d) FVB teams will always include at least one credentialed Coast Guard Boarding Officer, but may also include officers from other government agencies, including the U.S. Border Patrol and the Naval Criminal Investigative Service (NCIS). (e) Service must be available 24 hours a day, seven days a week, in order to meet all commercial vessel transit schedules. (f) The company providing delivery services shall be reasonably available to FVB schedulers by cell phone, in order to discuss logistics coordination and daily scheduling. 3. VESSEL DESIGN: (a) The delivery vessel used must be a stable platform suitable to the purpose, and must be built and equipped to an equivalent standard as those vessels listed in 46 CFR Sub Chapter C, Uninspected Passenger Vessels. (b) Vessels should be capable of a sustained speed of 15 knots with a range of 100 NM and shall at a minimum, be capable of transmitting and receiving VHF Channels 12, 13, and 16. 4. VESSEL OPERATOR REQUIREMENTS: The operator of the vessel shall be a Coast Guard licensed master with experience with the type of close-aboard maneuvering required for these services, or qualified by the respective government agency as a vessel operator. The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offeror-Commercial Items (JAN 2005).SPECIAL NOTE: FAR 52.212-2 EVALUATION ? COMMERCIAL ITEMS (JAN 2005) The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance and Price. 1) Price: The total price will be the evaluated price. 2) Past Performance: The offeror is required to identify past or current contracts for efforts similar to this water transportation requirement. Offerors are to submit three (3) references. Provide as a minimum the following applicable information: contract number, type of service involved, total dollar amount, procuring activity or firm?s complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2005). The following clauses listed in 52.212-5 are incorporated: FAR 52.203-6, 52.219-6, 52.219-1, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-25, 52.222-35-36, Service Contract Act of 1965, as Amended (MAY 1989) 52.222-41, 52.232-33, 52.222-44, 52.222-42 Statement of Equivalent Rates For Federal Hires (MAY 1989).
- Place of Performance
- Address: USCG Sector San Diego, 2710 N. Harbor Dr., San Diego, CA, , , ,
- Zip Code: 92101
- Country: USA
- Zip Code: 92101
- Record
- SN00883317-W 20050902/050831211553 (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 |