SOLICITATION NOTICE
L -- Divemaster and Maritime Operations Manager
- Notice Date
- 7/31/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- Department of the Army, National Guard Bureau, 129 RQW, BASE CONTRACTING, 129 RQW, Base Contracting, P.O. Box 103/Stop 25, Moffett Federal Airfield, CA 94035
- ZIP Code
- 94035
- Solicitation Number
- W912LA-08-Q-7001
- Response Due
- 8/15/2008
- Archive Date
- 10/14/2008
- Point of Contact
- June Pegram, 650-603-9274
- 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. i. 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; quotes are being requested and a written solicitation will not be issued. ii. The solicitation number is F8A0EP8169A001 and is issued as a Request for Quotation (RFQ). iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and DCN 20080721. iv. This notice is 100% set-aside for small business concerns. The associated NAICS code is 561110 and small business size standard is 100.The Small Business Competitiveness Demonstration Program does not apply for this acquisition. v. Request quote on the following item(s) and quantity(s): (0001) - Qty (12mo) Divemaster and Maritime Operations Manager (Offeror shall meet all specifications as set forth in the Specifications, dated 29 July 08, Reference No.: F8A0EP8169A001.) vi. Please e-mail MSgt June Pegram to get complete Performance Based Statement of Work and Specifications; june.pegram@camoff.ang.af.mil dated 29 July 08, Reference No.: F8A0EP8169A001. Offerors must meet or exceed the technical specifications, certifications, and qualifications (if specified), though any Offeror providing an or equal product shall provide specification sheets or product literature for evaluation by the government. vii. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition; as well as the following addenda: (b)(12) ix. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this solicitation.The government will award a contract resulting from this solicitation to the offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered.The significant evaluation factors shall be price and technical capability of the item offered to meet the needs of the government, and those factors other then cost or price, when combined are approximately equal to cost or price. x. Offerors shall include a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and FAR 52.219-1 (Alt I), Small Business Program Representations, with their offer.Any offer received by the government not including these provisions may result in the government not considering your offer for evaluation.The government may provide these documents as an attachment to this solicitation or via email; though offerors are encouraged to download the most current reference from http://farsite.hill.af.mil.--- Note: Offerors may elect to complete the representations and certifications online at https://orca.bpn.gov.When completing online via ORCA, the offeror is still required to provide a written copy of FAR 52.21 2-3, Representations and Certifications-Commercial Items, though section (k) of this provision need only be completed (written copy of FAR 52.219-1, Small Business Program Representations not required).If the offeror does not elect to complete representations and certifications online, sections (b) through (j) of this clause shall be completed as applicable. xi. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial, applies to this acquisition; as well as the following addenda: N/A, no addenda to subject clause xii. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items (Deviation), applies to this acquisition. xiii. The following clauses and/or provisions apply to this acquisition:FAR 52.204-7, Central Contractor Registration; FAR 52.209-6, Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal; FAR 52.219-1 (Alt I)FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor;FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222.21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351, et seq.); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.); FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.232-28, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.246-1, Contractor Inspection Requirements; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-5, Authorized Deviations In Provisions; FAR 52.252-6, Authorized Deviations In Clauses; FAR 52.253-1, Computer Generated Forms; Defense Acquisition Regulation Supplement (DFARS) 252.204-7003, DFARS 252.204-7004 (Alt A), Central Contractor Registration; FAR 252.204-7006, Billing Instructions; Control of Government Work Personnel; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Acquisition of Commercial Items (Deviation);DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources As Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications.xiv. The following additional contract requirement(s) or terms and conditions apply to this acquisition: (1) The offeror shall provide the government with a standard commercial warranty that at a minimum meets that which is offered to commercial marketplace.xv. The following Defense Priorities and Allocations System (DPAS) rating applies: N/Axvi. The following Numbered Notes apply to this acquisition: N/Axvii. To view FAR and DFARS clauses see http://farsite.hill.af.mil/. xviii. The date, time, and place for submission of offers is as follows: 15 Aug 2008 - 1:00P.M (Local/PDT) - Offers shall be mailed to the following address: 129th Rescue Wing/Contracting, Attn: MSgt June Pegram, P.O. Box 103 Stop 28, Moffett Federal Airfield, CA 94035-0103. Submit written offers (oral offers will not be accepted) via mail, email or fax.ANY OFFER RECEIVED AFTER THE TIME SET FORTH IN THIS SOLICITATION SHALL BE LATE AND WILL NOT BE CONSIDERED UNLESS DETERMINED TO BE IN THE BEST INTEREST OF THE GOVERNMENT, AS WELL AS MEETING THE CRITERIA SET FORTH IN FAR 52.212-1.xix. For further information regarding this solicitation, offerors can contact the following individual(s): MSgt June Pegram Contracting Officer, Ph: 650-603-9274, Fax: 650-603-9277, e-mail: june.pegram@camoff.ang.af.mil. ---PLEASE PROVIDE ALL CORRESPONDENCE AND/OR QUESTIONS PERTAINING TO THIS SYNOPSIS/SOLICITATION THROUGH EMAIL--- Specifications F8A0EP8169A001 29 July 2008 * PLEASE E-MAIL; JUNE.PEGRAM@CAMOFF.ANG.AF.MIL FOR COMPLETE SPECIFICATIONS. Dive Master Performance Objective: Provide Dive Master and Maritime Operations support services at the 131st Rescue Squadron. Place of performance will be Moffett FAF, CA. Specifications F8A0EP8169A001 29 July 2008 Dive Master Performance Objective:Provide Dive Master and Maritime Operations support services at the 131st Rescue Squadron. Place of performance will be Moffett FAF, CA. Maintenance,Performance Standard, Acceptable Quality Level(AQL),Method Used/ Frequency,Technical performance & quality of work met task requirements, Technical Specification 2.1.2- 2.1.9 1.0 Organizational Analysis: Air National Guard (ANG): Source: (http://www.ang.af.mil/mission.asp) Vision is to be a; Ready, reliable, and accessible force that maintains its relevancy now and through the millennium. Mission is; To provide combat capability to the war fighter and security to the homeland. Specifically, to provide ready units to the state and nation in three critical roles:. " Federal Role: To support national security objectives. " State Role: To protect life and property, and to preserve peace, order, and public safety. " Community Role: To participate in local, state, and national programs that add value to America. 2.0 Technical Specifications The following technical specifications are provided to demonstrate the task environment in which the services will be delivered. The following specifications are not directives on how the services are to be provided but an example of what traditionally has been required to successfully support the task order objective. The contractor is encouraged to surpass the minimal technical specifications as well as demonstrate technical, operational, and administrative expertise to support the customer in exceeding organizational and departmental objectives. 2.1Dive Master and Maritime Operations Manager: Dive Master and Maritime Operations Manager will provide training, troubleshooting, testing and repair of various dive and maritime equipment including boats and watercraft at the 131st Rescue Squadron. 2.1.1Contractor shall perform initial checks to determine extent of maintenance, repair required, or declare equipment unserviceable. 2.1.2Monthly Status Report. Contractor shall provide the Government a written monthly progress report containing Contractor progress, status, and management updates by the tenth of the following month. The report shall address at a minimum, the general requirements description, progress during the past month, management issues, actions to be taken to resolve the issues, and future plans. The report may be submitted electronically if readable by MS Word, latest version. See Attachment 1 for an example. 2.0Technical Specifications:The following technical specifications are provided to demonstrate the task environment in which the services will be delivered. The following specifications are not directives on how the services are to be provided but an example of what traditionally has been required to successfully support the task order objective. The contractor is encouraged to surpass the minimal technical specifications as well as demonstrate technical, operational, and administrative expertise to support the customer in exceeding organizational and departmental objectives. 2.1Dive Master and Maritime Operations Manager:Dive Master and Maritime Operations Manager will provide training, troubleshooting,testing and repair of various dive and maritime equipment including boats and watercraft at the 131st Rescue Squadron. 2.1.1Contractor shall perform initial checks to determine extent of maintenance, repair required, or declare equipment unserviceable. 2.1.2Monthly Status Report. Contractor shall provide the Government a written monthly progress report containing Contractor progress, status, and management updates by the tenth of the following month. The report shall address at a minimum, the general requirements description, progress during the past month, management issues, actions to be taken to resolve the issues, and future plans. The report may be submitted electronically if readable by MS Word, latest version. See Attachment 1 for an example. 2.1.3Dive Report. Submit dive reports using the computerized Dive Reporting System to the Naval Safety Center IAW OPNAV 31 50.28A. 2.1.4Maintenance Report. As required, prepare oral/written reports/recommendations to correct deficiencies in all aspects of waterborne equipment maintenance. 2.1.5Trip Report. The Contractor shall provide a trip report in each instance. The report may be submitted electronically if readable by MS Word 6.0. 2.1.6Mishap Report. When requested, advise/assist in Air Force and Navy investigations and analysis of accidents, incidents, and failures. As required, provide inputs in written form. As required, develop briefings and information papers related to maintenance and operational problems for dissemination to GAWS personnel. 2.1.7AFTO Form 17, Marine Masters Operation and Maintenance Log. The Contractor shall maintain AFTO Form 17 for all watercraft. When requested or required, provide copies of the log to appropriate agencies as required by local, national, or international law. 2.1.8Training Policy. When requested, assist the GAWS RQS Training and Standards/Evaluations Sections in the development and drafting of diver training policies, directives, and regulations for review and approval by the 131RQS/DOV 129OGV. 2.1.9Cost Breakdown Report. The contractor will provide, as requested, a report detailing expenditures. 2.2This position is located in the 131st Rescue Squadron (RQS) Logistics Section (LG). The mission of the 131st Rescue Squadron is to organize, train, equip, and sustain SERE, Pararescue, Combat Rescue Officers, and various support personnel to support State and National Civil Search and Rescue, and worldwide employment of Combat Search and Rescue (CSAR)and the full range of Personnel Recovery and Special Operations missions. The force, known as the Guardian Angel Weapon System (GAWS), is required to rapidly deploy in support of joint operations in all physical environments, both at night and day, and to provide the war fighting commanders the ability to project both air and ground forces to any region of the world in support of our national objectives. Rescue Squadrons provide unique and special skills required for support of these joint operations and are equipped and tailored to support specific missions. The US Navy is the DoD single point manager and proponent for all military diving matters. The Navy Safety Center annually inspects each of the RQS dive lockers. To ensure mission success and personnel safety, it is imperative that diving and associated mission support equipment is maintained at peak operational readiness levels IAW Navy guidelines. If US Navy guidelines are not available for certain types of equipment; manufacturers specifications will be adhered to. The Navys guidelines are very stringent and RQS dive lockers must be in compliance. To maintain compliance and insure operation readiness, the RQS must have highly qualified and experienced dive locker personnel, who have extensive and practical knowledge of:US Navy Maintenance and Material Management(3M) system; maintenance and repair of SCUBA, maintenance and repair of assigned boats and outboard motors, maintenance and repair of Self Contained Breathing Apparatus (SCBA), maintenance and repair of High Altitude Oxygen Systems, and US Navy MAJCOM, and general diving/maritime operations training procedures. The contractor shall perform to the standards in this contract. 2.2.1.Research/Technical. The contractor shall research available and emerging technologies and work with the 131st RQS and Major Command (MAJCOM) diving program manager to identify areas where technology advances in diving and maritime operations that can benefit the command. Specifically, the contractor should look for solutions to technology gaps, resource protection, and enhanced equipment training methodology that will save training time, funding, or enhance combat survivability of Pararescuemen and Combat Rescue Officers during water operations. 2.2.2.The Contractor shall assist GAWS RQS by providing technical experience in the operation and maintenance of assigned diving equipment, boats and outboard motors, and operate boats during unit dive operations at the discretion of the unit commander. In addition, Contractor dive locker technician shall support development of waterborne operations procedures designed to enhance the combat readiness and collective skills of Combat Rescue Officers and Pararescuemen. Military diving experience and credibility in the Navy dive community are essential to successful delivery of the required service. 2.2.3.GAWS RQS Dive Master: 2.2.3.1.The contractor will be a military trained Diver or suitable alternative. 2.2.3.2.The contractor will demonstrate knowledge of and have a thorough familiarity with recognition and treatment of diving emergencies as outlined in the US Navy Diving Manual, Volume 1 and 5. 2.2.3.3.The contractor will implement and employ the US Navy 3M system as it applies to diving for near, mid, and long-term equipment requirements. 2.2.3.4.The contractor shall have the technical background and communication skills to analyze various equipment tests and advise and assist the GAWS RQS subject matter experts. 2.2.3.5.The contractor shall possess ability to read blueprints and schematic drawings, understand specifications, and interpret illustrated parts breakdowns and other publications used in the field of specialization. 2.2.3.6.In addition to US Navy dive regulations, the contractor shall be knowledgeable of MAJCOM and USAF regulatory guidelines and instructions to maximize the commands capability to provide Battlefield Airman with interoperability with both Special Operations Forces and the Joint Services. 2.2.4.The contractor will execute the following activities: 2.2.4.1.Schedule, direct, and monitor 3M system while keeping abreast of changes/directives issued by the US Navy. 2.2.4.2.Administer all daily, weekly, monthly, quarterly, and annual or greater 3M maintenance requirements for assigned diving related equipment. 2.2.4.3.Conduct inventories of GAWS RQS diving equipment, watercraft, and engines. 2.2.4.4.Schedule calibration of all diving related gauges and special instruments. 2.2.4.5.Contract hydrostatic testing of SCUBA, SCBA, High Altitude oxygen bottles, medical oxygen bottles and all other high pressure bottles IAW Department of Transportation regulations. 2.2.4.6.Maintain and repair assigned boats, outboard engines and Alternate Rescue Craft in the most economical way possible based on available facilities and extent of repairs required. Schedule and complete routine preventive maintenance and minor repairs as necessary. Major repairs and overhauls are to be accomplished by a manufacturers authorized service facility or equivalent. 2.2.4.7.Maintain and update regulations, publications, and directives required by Naval Sea Systems Command (NAVSEA) and the Naval Safety Center pertaining to waterborne operations. *NOT ALL SPECIFICATIONS LISTED ABOVE* E-MAIL MSGT JUNE PEGRAM; june.pegram@camoff.ang.af.mil TO RECEIVE COMPLETE SPECIFICATIONS...
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a9239d04b1672005c7724442762a84e3&tab=core&_cview=1)
- Place of Performance
- Address: 129 RQW Base Contracting, P.O. Box 103/Stop 28 Moffett Federal Airfield CA
- Zip Code: 94035
- Zip Code: 94035
- Record
- SN01627705-W 20080802/080731221944-a9239d04b1672005c7724442762a84e3 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |