Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2015 FBO #4925
SOURCES SOUGHT

V -- Training Vessel Support Services Air Station Borinquen - Sources Sought

Notice Date
5/18/2015
 
Notice Type
Sources Sought
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG84-15-Q-BB7077
 
Archive Date
5/18/2016
 
Point of Contact
Rebecca A. Brown, Phone: 7576284490
 
E-Mail Address
rebecca.a.brown@uscg.mil
(rebecca.a.brown@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work 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 and operating a vessel in support of the U.S. Coast Guard Air Station Borinquen, PR Aviation Training Program for a Base Period plus four Option Periods, if exercised by the Government beginning on or about October 1,2015. 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. 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 6:00 AM and 11:00 PM 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 vessel shall have a minimum draft of 4 feet; the 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 at least 10 knots transit speed for a minimum of 3 hours; 15 knots for 3 hours is desired. The vessel must be capable of maintaining a heading of +/-10 degrees at a speed of between 5 - 10 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 shall 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 training/hoisting operations with a basket or litter lowered from the helicopter. The deck area must be free of all obstructions. Vessel Equipment: The vessel shall have, at a minimum, all equipment required by federal, state, local, and municipal laws. Additionally for operational purposes, the vessel shall have a fathometer, surface search radar, 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 US Coast Guard 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 one-hour 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. The anticipated contract vehicle will be a Requirements Contract with fixed-unit prices; individual task orders would be issued pursuant to the Requirements Contract if services are required. (Subject to change at the discretion of the Government) The applicable NAICS Code is 488390 (Other Support Services for Water Transportation) and the size standard is $38.5 million. 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. Submission of Information: Any interested firm capable of providing these services is requested to respond via e-mail to Rebecca.A.Brown@uscg.mil no later than 12:00 p.m., 11 June 2015 with the following documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business size applicable to the NAICS Code (list all that apply): 8(a) Business / HUBZone Small Business / Service-Disabled Veteran-Owned Small Business / Small Business / Large Business 4. 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. 5. Corporate affiliations, potential joint venture partners, teaming partners, and/or major subcontractor information shall be provided with your submission. 6. A positive statement of your intent to submit a quote as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. Interested parties should register in the System for Award Management (SAM), formerly known as CCR. Information on SAM registration can be obtained at https://www.sam.gov/portal/public/SAM/. Please contact SAM Customer Service at (866) 606-8220 regarding questions/problems regarding SAM registration. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG84-15-Q-BB7077/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., Puerto Rico
 
Record
SN03735328-W 20150520/150518235739-e9ddd33c5d9f6514a1b7ca3708e8b74a (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.