Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
SOURCES SOUGHT

V -- Training Vessel for USCG Aviation Training Program

Notice Date
6/10/2010
 
Notice Type
Sources Sought
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG8411IAAS203
 
Archive Date
9/30/2010
 
Point of Contact
Jessica L Coltz, Phone: (757) 628-4490, Tiffany M. Squyres, Phone: 7576284127
 
E-Mail Address
jessica.l.coltz@uscg.mil, Tiffany.M.Squyres@uscg.mil
(jessica.l.coltz@uscg.mil, Tiffany.M.Squyres@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10. This notice is issued by the U.S. Coast Guard Shore Infrastructure Logistics Center, Norfolk, VA to identify sources capable of providing all labor, materials, equipment, and personnel necessary to support U.S. Coast Guard Air Station Borinquen, PR aviation training program. The contractor will be responsible for providing and operating a vessel in support of the U.S. Coast Guard Air Station Borinquen, PR aviation training program. As such, the contractor shall provide a vessel and all necessary management supervision, personnel, labor materials, fuel and equipment required for supporting helicopter crew hoists, rescue swimmer operations, and any aerial delivered material used to fulfill the Air Station’s training requirements. THIS IS NOT A REQUEST FOR PROPOSALS. The U.S. Coast Guard anticipates soliciting and awarding a contract for a base plus four option years, if exercised by the Government, beginning upon award. The area of operations will be mutually agreed upon by both parties, which may be no greater than 10 NM of the shoreline and within a 30 NM radius of Coast Guard Air Station Borinquen (approximately from between Mayaguez, PR, and Arecibo, PR); operating in the Aguadilla Bay vicinity is preferred. Typically the contractor will be required to provide services two days per week. Operations will typically be conducted for on scene periods of two hours during periods scheduled between 0600 and 2300 local time. The Coast Guard will provide specific times for services and the specific on scene location within the area of operation a minimum of 24 hours in advance. Additional training periods may be conducted at a greater frequency to accommodate surge training requirements on a schedule mutually agreed upon by the parties. Vessel Description: The vessel shall be no smaller than 34 feet and no longer than 65 feet in length and shall have at least a 10 foot beam. The maximum draft of the vessel shall not exceed 4 feet. Gross vessel weight shall be a minimum of 8 tons. Other Characteristics: The vessel must be capable of easily recovering personnel from the water. The minimum required speed for the vessel is 0 knots or "dead in the water". The vessel must have the endurance to maintain 10 knots transit speed for a minimum of 3 hours; 15 knots for 3 hours desired. The vessel must be capable of maintaining a heading of +/-10 degrees at 5 knots while operating under a large helicopter producing 90 knots of rotor downwash in varying sea states and winds. An extremely shallow draft vessel is undesirable due to drift characteristics when subjected to rotor downwash. The vessel must have no permanent structures protruding higher than 20 feet above the water line which cannot be quickly stowed (e.g., antennas). Required Deck Area: The minimum deck area is 58 sq ft on the aft (fantail) portion of the vessel to allow two crew members to safely conduct operations. The deck area must be free of all obstructions. Vessel Equipment: The vessel shall have, at a minimum, all equipment required by law including a fathometer, VHF-FM multiple frequency capable 2 way marine radio with specified frequencies/channels (13, 16, 21, 22, 23, 81, 83) and minimum ranges (20NM), a cell phone for secondary communications to the Air Station Borinquen Operations Center, GPS, and a long distance high beam search light. Safety Equipment: The vessel shall be outfitted with a contractor furnished first aid kit and approved Type III personal flotation devices for crew and passengers. The contractor shall provide helmets, goggles, and grounding rods for use by crew members during helicopter hoisting operations. Required Docking/Mooring Facilities: The contractor will be responsible for providing docking/mooring facilities for their vessel. The vessel shall be located within a 45 minute transit time from the geographical areas of operation. Vessel Maintenance: The contractor shall operate and maintain the vessel, all equipment and systems in accordance with the original equipment manufacturer's technical manuals and specifications, United States Coast Guard regulations, and any applicable federal, state, and/or local regulations. A solicitation will be issued shortly and will be synopsized on the FedBizOpps Electronic Posting System at www.fedbizopps.gov. It is the potential offer's responsibility to monitor this avenue for release of any future solicitation or synopsis. The applicable NAICS Code is 488390 (Other Support Services for Water Transportation) with a size standard of $7.0 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA’s Small Business Size Regulations, http://www.sba.gov/tools/resourcelibrary/lawsandregulations/index.html Any interested firm capable of providing these services is requested to respond via e-mail to jessica.l.coltz@uscg.mil no later than 4:00 p.m., 24 June 2010 with the following documentation: Name of Company and Address, Point of Contact and Phone number, business size (small, veteran-owned small business, service-disable small business, HUBZone, 8(a), Small Disadvantaged business, woman owned or large business) In addition, past performance information and a capability statement shall be submitted. Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Offeror shall furnish this information for at least three (3) contracts, ongoing or completed within the last three years, for like or similar services, held with the U.S. Coast Guard, other Government agencies or private industry. Competition and set-aside decisions may be based on the results of this market research. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr.gov or by calling 1-888-227-2423. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. At this time no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The government reserves the right to consider any arrangement as deemed appropriated for this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG8411IAAS203/listing.html)
 
Place of Performance
Address: The area of operations will be mutually agreed upon by both parties, which may be no greater than 10 NM of the shoreline and within a 30 NM radius of Coast Guard Air Station Borinquen (approximately from between Mayaguez, PR, and Arecibo, PR); operating in the Aguadilla Bay vicinity is preferred., Aquadilla, Puerto Rico, 00603, United States
Zip Code: 00603
 
Record
SN02174590-W 20100612/100610235518-89036c008a7a2b2b74548761d6df8592 (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.