Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
MODIFICATION

U -- RHIB Training

Notice Date
3/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N6339418T0040
 
Archive Date
4/2/2018
 
Point of Contact
RACHEL T. SMITH, Phone: 805-228-0442, Mark C. Toner, Phone: 805-228-7208
 
E-Mail Address
RACHEL.T.SMITH@NAVY.MIL, mark.toner@navy.mil
(RACHEL.T.SMITH@NAVY.MIL, mark.toner@navy.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Responses to Questions for Solicitation # N6339418T0040 Question 1. Is there a required proposal format? For example, Volume I Technical, Volume II Pricing, Volume III Past Performance. Answer 1. NO. Question 2. Is there a page limit for the response? Answer 2. NO. Question 3. Is there a requirement for font and font size? Answer 3. NO. Question 4. Will previous Post Operational Reports be available for review prior to conducting the May course? Answer 4. NO. We can provide a template for the report. Question 5. Is there a set requirement for classroom and underway training hours? Answer 5. Normally 70/30 (underway/classroom). Average at sea/underway time has been 46-48 hours. The guide for course objectives is the Personnel Qualification Standards (PQS). Question 6. Will the Government provide testing requirements for performance and knowledge-based testing? Answer 6. Expected 80% to pass knowledge and performance exams. Testing plan should follow the NAVEDTRA 130. Question 7. The curriculum outline of instruction does not include casualty control training such as man-over board, fire, flooding. Does the Government require this to be included into the curriculum? Answer 7. No. However each mission should include safety and ORM briefings. Students would be tasked with taking turns developing and delivering safety & ORM as part of each mission. Question 8. Will students assigned to each course of instruction have designated positions on the craft such as coxswain or engineer? Answer 8. No. Billets are pulled from prospective gains. Both ratings (EM & BM) will learn all aspects of boating & RHIB Maintenance. Question 9. Is there an operational range constraint for underways? Answer 9. There is an open ocean requirement in the Personal Qualification Standards (PQS). Classes have transited as far out as 6-8 miles. Question 10. Will the Government provide the following Government Furnished Equipment; a. Charts, navigation publications, navigational tools, binoculars, night vision devices? Answer 10a. No. ODC items b. Craft logs (engineering logs, pre-post lights, etc.)? Answer 10b. Yes. These items will be provided by the MMRC at time of issue/pickup. Question 11. Will the contractor be able to inspect each craft prior to assigned courses of instruction? Answer 11. Yes. The MMRC will require inspections before signing for each RHIB. Each boat series will be inspected per its instructions. (7 or 10) Question 12. What are the command requirements for getting underway? Answer 12. Follow the guidance set forth in the Boat Bill Question 13. Will the boat be left in the water during the course? Answer 13. Yes. We have only taught one offering in Mayport, but they allowed us to keep the boats in the water. Question 14. Will the Government be providing trailers for assigned craft? Answer 14. Yes. The MMRC will tow the RHIBs to their launching locations. (both coasts) Question 15. Where will the boats be stored/located during off hours of the course? Answer 15. San Diego - Naval Amphibious Base (NAB). Mayport - Naval Station Mayport Harbor Operations Controlled pier. Along with the classroom, these reservations are set up a month before the class. Question 15a. What are the security requirements for off-duty hours of the assigned craft? Answer 15a. Each site is different. In San Diego the security is covered by the ACU-1 watch personnel. In Mayport the class will have to set up a security watchbill. Question 16. Will the Government provide classrooms and associated equipment? Answer 16. Yes. Question 17. Will preventative and corrective maintenance be performed on the assigned RIBs during assigned courses? If so who is responsible? Answer 17. Yes. This expected to be part of the course curriculum, the instructors will complete the first maintenance checks at checkout, and afterwards the students should be required to complete maintenance with supervision. Corrective Maintenance - will depend on the incident. In prior class offering we've had to give up the RHIB to be fixed. Question 18. Will the assigned craft be required to move over-the-road? If so, what are the policies? Answer 18. Yes. The MMRC will transport. Question 19. Will wash-down stations be available for assigned craft after underway? Answer 19. Possibly - Will depend on the coast and the pier location. Question 20. Will the Government provide HAZMAT during the assigned courses? Such as engine oil, hydraulic fluids, etc.? Answer 20. Yes Question 21. Will there be time restrictions for training, such as student eating at the galley? Answer 21. Yes - some classes may have students that will need to eat at the galley. Box lunches have been requested in the past. Each class will vary. Question 22. Will assigned students be TAD to each course? Answer 22. Yes - student should be on orders. Question 23. Will assigned students be required to stand watch or participate in command functions during the courses? Answer 23. No - students are supposed to be duty free while in this course. Question 24. Will the Government provide associated manuals and instructions to the contractor prior to the first scheduled course? Answer 24. Yes - upon request. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N63394-18-T-0040 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96 and DFARS DPN 20171228. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with a small business size standard of $15.0 Million. This requirement is a Service-Disabled Veteran-Owned Small Business set-aside, competitive, and only qualified offerors may submit quotes. Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement: 11-Meter Willard Rigid Hull Inflatable Boat (RHIB) coxswain, operations, and maintenance training courses as follows: Base Year (FY18): One to be held at NAB Coronado, San Diego, CA, 07 May 2018 to 25 May 2018 One to be held at Naval Station Mayport, FL, 30 July 2018 to 17 August 2018 Option Year 1 (FY19): One to be held at NAB Coronado, San Diego, CA, 15 October 2018 to 02 November 2018 One to be held at Naval Station Mayport, FL, 14 January 2019 to 01 February 2019 One to be held at NAB Coronado, San Diego, CA, 08 April 2019 to 26 April 2019 One to be held at Naval Station Mayport, FL, 08 July 2019 to 26 July 2019 Option Year 2 (FY20): One to be held at NAB Coronado, San Diego, CA, 14 October 2019 to 01 November 2019 One to be held at Naval Station Mayport, FL, 13 January 2020 to 31 January 2020 One to be held at NAB Coronado, San Diego, CA, 06 April 2020 to 24 April 2020 One to be held at Naval Station Mayport, FL, 13 July 2020 to 31 July 2020 Option Year 3 (FY21): One to be held at NAB Coronado, San Diego, CA, 12 October 2020 to 30 October 2020 One to be held at Naval Station Mayport, FL, 18 January 2021 to 05 February 2021 One to be held at NAB Coronado, San Diego, CA, 12 April 2021 to 30 April 2021 One to be held at Naval Station Mayport, FL, 12 July 2021 to 30 July 2021 Option Year 4 (FY22): One to be held at NAB Coronado, San Diego, CA, 11 October 2021 to 29 October 2021 One to be held at Naval Station Mayport, FL, 24 January 2022 to 11 February 2022 One to be held at NAB Coronado, San Diego, CA, 11 April 2022 to 29 April 2022 One to be held at Naval Station Mayport, FL, 18 July 2022 to 05 August 2022 The requirements under this procurement support the Land Attack Department in providing Technical Training Support Services for the Littoral Combat Ship (LCS) class. Specifically, these services shall be to conduct an 11-Meter Willard Rigid Hull Inflatable Boat (RHIB) training course. Please see attached Statement of Work for the full requirement. Bid must be good for a minimum of 90 calendar days after close of the RFQ. Terms are Net 30. In addition to price, responses shall include the following: (1) Cage Code: (2) Dun & Bradstreet #: (3) Tax ID #: (4) Special Small Business Sub-Category (if applicable): (5) Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. (6) If quoting on a GSA Schedule, please provide Schedule Number and Expiration Date. This will be a Government Purchase Order with payment through the Wide Area Workflow (WAWF), https://wawf.eb.mil/. WAWF is the DoD mandated invoicing method for Government orders. Payment terms are Net 30, as the Government does not pay in advance for any services being rendered, and must be in arrears to prevent invoice rejection. Payment is then made by EFT through the Defense Finance Service Center (DFAS). To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The following solicitation provisions apply to this acquisition: FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transaction. FAR 52.204-7 System for Award Management. FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR 52.204-17 Ownership or Control of Offeror. FAR 52.204-20 Predecessor of Offeror. FAR 52.204-22 Alternative Line Item Proposal. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation. FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.219-1 Small Business Program Representations. FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-46 Evaluation of Compensation for Professional Employees. FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. The following contract clauses apply to this acquisition: FAR 52.202-1 Definitions. FAR 52.203-3 Gratuities. FAR 52.203-6 Restrictions on Subcontractor Sales to the Government-Alternate I. FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions. FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. FAR 52.204-2 Security Requirements. FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. FAR 52.204-9 Personal Identity Verification of Contractor Personnel. FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certification. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.217-8 Option to Extend Services. FAR 52.217-9 Option to Extend the Term of the Contract. FAR 52.219-14 Limitations on Subcontracting. FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. FAR 52.222-99 Notification Of Employee Rights Under The National Labor Relations Act. FAR 52.223-5 Pollution Prevention and Right-to-Know Information. FAR 52.232-17 Interest. FAR 52.232-39 Unenforceability of Unauthorized Obligations. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-1 Disputes. FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act. FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. FAR 52.242-13 Bankruptcy. FAR 52.243-1 Changes-Fixed Price. FAR 52.244-6 Subcontracts for Commercial Items. FAR 52.247-34 F.o.b. Destination. FAR 52.252-2 Clauses Incorporated by Reference. FAR 52.252-6 Authorized Deviations in Clauses DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders. DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.219-7003 Small Business Subcontracting Plan (DoD Contracts). DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. DFARS 252.223-7008 Prohibition of Hexavalent Chromium. DFARS 252.225-7001 Buy American and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.225-7048 Export-Controlled Items. DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area Workflow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.244-7000 Subcontracts for Commercial Items. DFARS 252.246-7000 Material Inspection and Receiving Report. DFARS 252.247-7023 Transportation of Supplies by Sea. HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015) NMCARS 5237.102-90 Enterprise-wide Contractor Manpower Reporting Application (ECMRA) FAR 52.212-5, including the following subparagraphs, is applicable: (b) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government. FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52 219-8 Utilization of Small Business Concerns. FAR 52.219-9 Small Business Subcontracting Plan. FAR 52.219-28 Post Award Small Business Program Representation. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Equal Opportunity for Workers with Disabilities. FAR 52.222-37 Employment Reports on Veterans. FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. (c) FAR 52.222-17 Nondisplacement of Qualified Workers. FAR 52.222-41 Service Contract Labor Standards. (see attached Wage Rate Determination) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. (see attached Wage Rate Determination) FAR 52.222-50 Combating Trafficking in Persons. FAR 52.222-55 Minimum Wages Under Executive Order 13658. Inspection and Acceptance will be at destination (NSWC PHD). Contract award is expected on a FOB destination basis. This will be a commercial acquisition in accordance with FAR Part 12. The offeror may submit questions requesting clarification of solicitation requirements to the Contract Administrator. It is requested that all questions be received no later than 09 March 2018, 10:00 am Pacific Time, as time may not permit responses to questions received after that time to be prepared and issued prior to the receipt of proposals. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted in portable document format (.pdf). Respond to Rachel T. Smith by E-Mail to: Rachel.T.Smith@navy.mil, (Preferred Method) OR by mail to: Commander, Code 0251, NSWC PHD, Bldg 1215 Acquisition Dept., 4363 Missile Way, Port Hueneme, CA 93043, no later than 5:00 pm, Pacific Time, 18 March 2018. Award shall be made to the offeror whose quotation offers the best value to the government, considering past performance, technical capability, and price. The government will evaluate information based on the following evaluation criteria: Past Performance. Past performance is more important than technical capability and price. Offerors may identify past or current contracts (including Federal, State, and local government and private) for efforts similar to the Government requirement. Please provide two examples of similar work performed within the past five years. Technical capability factor. Please provide a capability statement with your quotation that addresses your qualifications to perform the work being requested along with a portfolio that demonstrates three examples of previous work done in the last five years. Price. Price will be evaluated next to technical capability. **Technical capability factor and price are considered equal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N6339418T0040/listing.html)
 
Place of Performance
Address: Administration Location:, NAVAL SURFACE WARFARE CENTER, PORT HUENEME DIVISION, (see details for performance location), 4363 MISSILE WAY, PORT HUENEME, California, 93043, United States
Zip Code: 93043
 
Record
SN04851074-W 20180314/180312231242-378617cdf4d41ec38de842d15a7ec8bf (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  © 1994-2020, Loren Data Corp.