MODIFICATION
R -- Dive Operations and Data Analysis
- Notice Date
- 5/25/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- F1T0CY0104A001
- Point of Contact
- Jennifer D. McCullough, Phone: 8508820322
- E-Mail Address
-
jennifer.mccullough@eglin.af.mil
(jennifer.mccullough@eglin.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for Dive Operations and Data Analysis as listed below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, As supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1T0CY0104A001. The North American Industry Classification System (NAICS) code for this acquisition is 541712 with a size standard of 500 employees. Please identify your business size in your response based upon this standard. This is a full and open requirement. The requirement consists of the following items: CLIN 0001: Dive Team and Data Analysis Support Requirements: 1. Contractors Capabilities: 1. The dive team shall operate from Panama City Beach, FL. 2. The dive team shall be available for operations from 5JULY10 through 18SEP10. 3. All dive locations shall be within a 3 hour drive for Panama City Beach, FL. 4. The dive team shall be available for operations from 0700-1900, six days a week. 1. Dive team shall be available plus or minus 3 hours of normal operating times during surge operations. 5. The dive team shall provide one vessel for a dive platform and another vessel as a safety boat. 1. Dive platform shall be large enough to conduct preliminary data quality checks and data reduction. 6. The dive team shall be trained on the operations of Sound Metrics DIDSON Diver Held SONAR System. 7. The dive team shall be trained on the maintenance of Sound Metrics DIDSON Diver Held SONAR System. 8. The dive team shall be at minimum advanced open water and cavern dive certified. 9. The dive team shall be at minimum full facemask qualified 10. The dive team shall provide AGA masks with Sound Metrics DIDSON Diver Held SONAR System's AGA mask brackets. 11. The dive team provide NSWC-PC Advanced Prototype Mask Mounted Display. 12. The dive team shall provide all diver support equipment (buoyancy compensators, dive tanks, etc) to include medical equipment. 13. The dive team shall set up and breakdown all data collection targets. 14. The dive team shall be responsible for data collection. 15. The dive team shall be responsible for data analysis. 16. The dive team shall be responsible for data cataloging. 17. The dive team shall be capable of operating within the SONAR Diver Held Test Plan's dive safety plan (Attachment 1). 18. The dive team shall provide storage facilities for all test and dive operations equipment. 19. The dive team shall provide all transportation to and from dive locations. 20. The dive team shall have a military trained Dive Supervisor on staff. 21. The dive team shall provide a tub with minimum dimensions of 2ft (W) by 4ft (L) by 2 ft (D). 22. The dive team shall be in accordance with the Emergency Management Procedures in US Navy Dive Manual Rev 6 (15April2008). 2. Deliverables 1. The dive team shall provide an initial test operations schedule of events prior to the start of testing. 2. The dive team shall provide an end of day report detailing daily accomplishments 3. The dive team shall provide a 24 hour and 48 hour outlook at the conclusion of each day. 4. The dive team shall provide a one week schedule look ahead. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-23. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; (JAN 99), 52.212-2, Evaluation-Commercial Items; (JAN 05) Technical capibility is more important than price, 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers; 52.212-4 Contract Terms and Conditions- Commercial Items; (OCT 03), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.219-8, Utilization of Small Business Concerns; • 52.222-3, Convict Labor; • 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • 52.222-21, Prohibition of Segregated Facilities; • 52.222-26, Equal Opportunity; • 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans fo the Vietnam Era, and Other Eligible Veterans; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • FAR 52.247-34 FOB Destination 52.233-2, Service of Protest;, 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I;(Jul 95), 52.223-11 Ozone-Depleting Substances; (MAY 01), 52.247-34, F.O.B Destination, (11/91), 52.252-2 Clauses Incorporated by Reference; (FEB 98), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil. 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (JUN 05), 252.225-7001 Buy American Act and Balance of Payment Program; (JUN 05), 252-232.7003, Electronic Submission of Payment Report, (JAN 04), 252.247-7023 Transportation of supplies by Sea, with Alt III; (MAY 02), 252.225-7002 Qualifying Country Sources as Subcontractors 252.247-7023 Transportation of Supplies by Sea (May 2002) Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 2:00 P.M., Central Standard Time on 28 May 2010. The quote is at the discretion of the offeror. Send all packages to 96 CONS/PKBB, Attn: A1C Jennifer McCullough, 205 West D Ave. (Bldg 260), Eglin AFB, Florida 32542-5418, by facsimile to (850) 882-1680, or email at jennifer.mccullough@eglin.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0CY0104A001/listing.html)
- Place of Performance
- Address: Panama City, Florida, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN02159077-W 20100527/100525234710-03065db53af9bfdb830439617c820d5f (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 |