Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2008 FBO #2553
DOCUMENT

R -- JHSV Operational Assessment Subject Matter Experts - Past Performance Data

Notice Date
11/20/2008
 
Notice Type
Past Performance Data
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-09-R-3300
 
Archive Date
12/13/2008
 
Point of Contact
Jeff L Fugate,, Phone: 202-685-5964, David G Julian,, Phone: 410-293-3163
 
E-Mail Address
jeffrey.fugate@navy.mil, david.julian@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Federal Acquisition Regulation (FAR) Subpart 12.6 and the procedures in FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written solicitation will not be issued. The solicitation is issued as a request for proposals. The solicitation, number N00033-09-R-3300, is issued on an unrestricted basis. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The NAICS code is 541990, “All Other Professional, Scientific, and Technical Services”. The Small Business Competitiveness Demonstration Program is not applicable. The Military Sealift Command has a requirement for specialized technical services to support an Operational Assessment (OA) for the Joint High Speed Vessel (JHSV). See Statement of Work below for details. The Government intends to award a firm-fixed-price contract to the responsible offeror whose offer, conforming to the requirements contained in this synopsis, represents the best value to the Government. The Offeror is required to provide résumés of the personnel being offered, past performance information, and a cost proposal. Past performance information should include three (3) references, which are both relevant and current (within the past five years), including the name and address of the organization, contact person, and contact information. If the subject matter experts being proposed under this solicitation are not current employees of the offeror, then please provide letters of reference for the individual subject matter experts. The following FAR provision applies: 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: (1) Technical expertise of the individuals proposed to support the OA (2) Experience of the individuals proposed to support the OA (3) Past performance of the offeror (4) Price to the Government Note: Non-price factors are listed in descending order of importance. The non-price factors, when combined, are significantly more important than price. (b) Options. N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (Apr 2008) 52.212-1 Instructions to Offerors-Commercial Items (June 2008) 52.212-3Offeror Representations and Certifications—Commercial Items (June 2008) Note: Offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and include this information with their proposal. 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (OCT 2008) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212) 52.222-50 Combating Trafficking in Persons (AUG 2007) (22 U.S.C. 7104(g)) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury) 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (SEP 2007) THE FOLLOWING ADDITIONAL PROVISIONS AND CLAUSES APPLY: 52.215-5 FACSIMILE PROPOSALS (OCT 1997) (a) Definition. “Facsimile proposal,” as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: (202) 685-5084 (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document— (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. (End of provision) 52.232-18 Availability of Funds (APR 1984) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) Statement of Work Operational Assessment (OA) for Joint High Speed Vessel (JHSV) 1. Background: The JHSV program will deploy a high-speed, shallow draft vessel intended for rapid intra-theater transport of personnel and medium sized cargo payloads. The purpose of the OA is to assess critical issues associated with JHSV operational capabilities and limitations, the effectiveness of the equipment configuration and interfaces, the manning concept, the concept of operations, and risks to successful completion of the Initial Operational Test & Evaluation (IOT&E). The JHSV OA will be conducted by Commander Operational Test and Evaluation Force (COMOPTEVFOR), and will take place at Fort Eustis, VA, from 26-30 January 2009. 2. General Requirements: The Contractor shall provide a Master, a Chief Mate, and a Chief Engineer, all of whom have extensive experience in operating High Speed Vessels, to serve as subject matter experts (SMEs) supporting the development of the OA. Each of the three SMEs will be required for five days at nine hours per day. SMEs will be expected to review material prior to the start of the OA. The read ahead material will be available to the SMEs through a web site to be provided. This material will be unclassified documents such as the JHSV Capabilities Development Document (CDD), concepts of operation, and the JHSV OA test plan. Total time required for this document review is anticipated to be less than 10 hours. SMEs will also be asked to download and sign a Non-Disclosure Agreement prior to arriving at Fort Eustis. Normal work day will be from 0800 to 1700. There is no anticipation of additional time required by SMEs to complete the OA beyond these 45 hours. All OA SME participants will assemble on the first day of the test in a common auditorium for a review of the OA agenda and concepts; the data collection process; the required deliverables on JHSV construction contract; and the JHSV Critical Operational Issues (COI), which the focus group will use to support its assessment of the JHSV. The presentation will ensure that all parties have a clear understanding of their role in the OA. SMEs will receive JHSV overview briefings from Program Office, Navy, Army, and Marine Corps sponsor representatives. These briefings are intended to provide broad and overarching JHSV background information that will provide the SMEs with a common understanding of the ship’s missions, capabilities, and limitations. After being briefed, SMEs will, at the direction of the Operations Test Director, reconvene by area of expertise for detailed data reviews and assessments within their responsible mission areas. Upon completion of focus group activities, all SMEs will return to a common auditorium where they will receive a summary of the key issues identified during the OA. Daily focus group operations will include the general activities outlined below. • Focus groups will assess assigned effectiveness and suitability of Critical Operational Issues (COI) individually, independent from other focus groups, and in accordance with a provided schedule. • Focus groups will receive detailed mission-specific briefs from Program Office, Navy, Army, and Marine Corps sponsor representatives, as appropriate, to support COI assessment. The briefs will be provided to the focus group immediately prior to commencing the assessment of the associated individual COI. • SMEs will review the available resource material, concentrating on the specific COI being assessed. • SMEs will conduct group discussions concerning the missions associated with the specific COI being assessed. • SMEs will individually complete survey sheets on each COI. The individual SMEs shall participate in the focus groups by providing their own issues and point of view even if it differs from the consensus of the focus group in general. The survey sheets will be collected by the facilitators daily and prior to breaking up for final out-briefs. SMEs will complete the survey sheets during the OA focus group period. The facilitators will consolidate the data collected for subsequent analysis. SMEs will be required to sign trusted agent forms stating that they will not discuss issues identified during the OA prior to final approval of the test report. 3. Specific Requirements. SMEs must have experience operating an HSV of comparable size (Length: 300-350 feet; Width: 80-100 feet; Displacement: 1800-2100 LT) to the JHSV. The SME Master and Chief Mate shall provide input in areas of their respective areas of expertise applicable to high speed vessels, including, but not limited to the following: • Navigation and ship control systems; • Ship operations (restricted waters maneuvering, CONREP, boat ops, tactical maneuvering, man overboard, MOOTW, Special Evolutions Manning, etc.) Austere Ports/Pier Interfaces Mission Deck Operations; • Cargo Movement; • Homeport/pier compatibility; • Shipboard administration and personnel support; • Environmental protection/hazardous material and waste management; • Deck Manning Boat Ops Lifeboats; • Port/Pier Interfaces; and • Crane Operations Load Plans. The SME Chief Engineer shall provide input in areas of his expertise applicable to high speed vessels, including, but not limited to the following: • Ship Vulnerability, • HM&E Maintenance, and • Environmental protection/hazardous material and waste management. 4. Travel, Per Diem, and Related Expenses. The Contractor is responsible for all travel, per diem, and related expenses for the Contractor’s subject matter experts. This includes, but is not limited to, all lodging, meals and other costs related to the completion of the SOW (e.g. computer access). At a minimum, responsible sources shall provide the following: résumés of offered personnel addressing the technical expertise of the subject matter experts (e.g. certifications related to their positions), as well as the level of experience of the proposed subject matter experts including specific operating experience with HSVs and a price proposal that identifies the requested services including a breakdown of travel and per diem, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 10:00 AM Eastern Time on 28 November 2008. Offers can be emailed to Jeffrey Fugate at jeffrey.fugate@navy.mil or faxed to (202) 685-5084. Reference the solicitation number N00033-09-R-3300 on the proposal. All questions regarding this solicitation must be submitted via e-mail to Jeffrey Fugate by 4:00 PM local time on 26 November 2008. Contracting Office Address: David Julian Military Sealift Command 914 Charles Morris Court, SE Washington Navy Yard, DC 20398
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3fd9944280bab105be2c8d5e823416ac&tab=core&_cview=1)
 
Document(s)
Past Performance Data
 
File Name: Past Performance Data Sheet (PAST PERFORMANCE DATA.doc)
Link: https://www.fbo.gov//utils/view?id=6572047ce92978507b464eab61bda14c
Bytes: 102.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Fort Eustis, Fort Eustis, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN01708305-W 20081122/081120220628-3fd9944280bab105be2c8d5e823416ac (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 |
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.