Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2017 FBO #5707
SOLICITATION NOTICE

U -- Jet Ski Course of Instruction

Notice Date
7/7/2017
 
Notice Type
Presolicitation
 
NAICS
611620 — Sports and Recreation Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92240-17-T-0022
 
Point of Contact
Matthew J. Morelewski, Phone: 619-537-1365
 
E-Mail Address
matthew.morelewski@socom.mil
(matthew.morelewski@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Special Warfare (NSW) Command, Contracting Department, San Diego, CA. 92155 intends to award a Firm Fixed Price Contract, Jet Ski proficiency course of instruction (COI) for NSW Basic Training Command (BTC) staff. The vendor shall provide one COI, training personnel, Jet Ski water craft and safety equipment (Helmets, Personal Floatation Devices [PFDs], Rescue Boards, etc.) to train no more than 20 students through 5 days of instruction in the San Diego Bay area, San Diego Ca. A summary of the basic requirement is provided below: Contracted provider shall have 10+ years of experience in their field and prior experience training military units in Personal Watercraft/Rescue Watercraft safety procedures and have the following certifications: • National Safe Boating Council Certified Instructor (NSBC) Certification for Personal Watercraft (PWC) • Night Qualified Training Instructor Certification Contractor shall provide a National Association of State Boating Law Administrators (NASBLA) Approved Course Curriculum. Contractor shall maintain an instructor to student ratio of no less than 1:10. • Anticipated class size will not be more than 20 students. Contractor shall provide a minimum of 4 PWC/RWC for training. • Training shall be tailored to the capabilities of a Kawasaki Ultra 300X Jet Ski. Contractor shall provide the following relevant gear and safety equipment: • Helmets for the students attending the training. Minimum of 4. • Personal floatation devices for the students attending the training. Minimum of 4. • Rescue Boards/Rescue Sleds. 1 per PWC/RWC being used. Minimum of 4. Appropriate maintenance items for the PWC/RWC being used for training (I.E. Flushing adapters and hoses, wrenches and tools required, kill switches, immobilizer keys, Oil/Lubricants/Fluids required for basic upkeep). Contractor shall provide courses of instruction in the vicinity of Naval Amphibious Base Coronado. • Contractor must be able to provide the training between the dates of 31JULY2017 to 25AUG2017. • Contractor shall conduct a progression of training to begin during the day in the bay and advance to night time training in the open water ocean. • Training shall last approximately 5 days. • Contractor shall conduct training in compliance with local, state, and federal rules, regulations and law. The Contractor shall provide all course materials: • Contractor shall provide Course Outline and Gear/Consumables List to the component command's training representative NLT 3 days prior to the start of the training for review and approval of Course Material. • Contractor shall provide a Course Curriculum Instruction to include the procedures, techniques and methods being covered during the course of instruction for students to reference. • At the conclusion of the course the contractor shall provide an evaluation for each student which contains feedback on their progress throughout the course. Course of Instruction shall provide training in the following: • Course shall include blocks of instruction on basic Jet Ski function, maintenance and care • Launch and retrieval from trailer, pier and beach • Craft maneuverability and operability in both the open water ocean and the bay during the day and at night • Moving through the surf zone with a loaded Rescue Sled during the day and at night • Swimmer rescue procedures during the day and at night • Safety considerations to include near shore hazards/problems and nonorganic seafaring traffic. The COI will be acquired in accordance with the Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items and FAR Subpart 13 - Simplified Acquisition Procedures. The North American Industry Classification System (NAICS) code for this acquisition is 611620. The size standard is $7.5 million. A complete Request for Proposal package will be available for downloading at the FBO website: http://www.fedbizopps.gov on or about 11 July 2017. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above sites; this office will no longer issue hard copy solicitations. By submitting an offer, the offeror is self-certifying that neither the requestor not the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contrast from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 866-606-8220, or via Internet at https://www.sam.gov/portal/public/SAM/. Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-17-T-0022/listing.html)
 
Place of Performance
Address: San Diego, California, United States
 
Record
SN04570982-W 20170709/170707235153-7c4d4c14ce671088e01f07ffafd3f4ba (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.