Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOLICITATION NOTICE

U -- Boat Safety Training Courses

Notice Date
8/21/2020 11:17:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
NFFR74002002655VRL
 
Response Due
8/27/2020 1:00:00 PM
 
Archive Date
09/11/2020
 
Point of Contact
Veronica Stroud, Phone: 3034976779
 
E-Mail Address
veronica.stroud@noaa.gov
(veronica.stroud@noaa.gov)
 
Description
COMBINED SYNOPSIS/SOLICITATION� BOATING SAFETY COURSES NOW BEING LISTED AS FULL AND OPEN COMPETITION. BIDS DUE 8/27/2020. ALL BIDS REQUIRE THE NEW FAR 52.204-24 (AUG 2020)�WITH SUBMISSION. NO EXCEPTIONS. (I)����������� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II)��������� This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NFFR74002002655VRL. (III)������� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 (JULY 2020) (Deviation 2020-05) (APRIL 2020). (IV)�������� This solicitation is being issued as full and open competition. The associated NAICS code is 541990.� The small business size standard is $16.5 Million. (V)��������� This combined solicitation/synopsis is for purchase of the following commercial services and products: ����� Boating Safety Courses (VI)�������� Description of requirements is as follows: To ensure mission success for these operations, the PIFSC has developed and adapted various training courses to ensure all personnel have the appropriate skills and tools to safely operated in these arenas. The majority of these courses are conducted in-house by qualified PIFSC and collaborating agency instructors. In addition to providing training courses, the PIFSC requires extensive personal qualification standards (PQS) outlined in the PIFSC Supplemental Small Boat Policy. PQS requirements vary by division, program, mission, and operational platform. PQS requirements include basic watercraft operations, advanced specialized training, and proficiency. The PIFSC requires a contractor to supplement the current corp of PIFSC instructors, provide subject matter expertise in watercraft training, and provide water safety/EMT support for training and field operations, including but not limited to: Provide boating/water safety instructor for the following: Motorboat Operator Certification Course (MOCC) Open Water Module (OWM) Advanced training courses Curriculum development Provide water safety support for training and drills �Provide Emergency Medical Technician (EMT) for training and field operations Requirements Contractor shall be a Department of Interior (DOI) Motorboat Operator Certification Course (MOCC) instructor in good standing. At least 5 years experience as a lead instructor for watercraft training. Training and experience in development of course curriculum. Certified lifeguard and/or Emergency Medical Technician by a recognized agency. Contractor must also be able to travel throughout the 50 states and locations in the Pacific region. Price Proposal Contractor shall provide a breakdown of Hourly/daily rate for the following: Instructor services water safety/lifeguard Emergency Medical Technician Rates should be itemized if there are variations in price for each service. Technical Proposal The technical proposal should contain the following: Description of the contractor�s capabilities. List of all credential/certifications related to the proposed work. Narrative of past experience. Up to three (3) references (with contact information) Narrative describing any assumptions or exceptions that the proposal was based on. Period of Performance This requirement will include one base period beginning 1 November, 2020 and ending 31 October 2021, and will also include four additional one year option periods, following the same schedule. Base Year:������ November 1, 2020 � October 31, 2021 Option Year 1: November 1, 2021 � October 31, 2022 Option Year 2: November 1, 2022 � October 31, 2023 Option Year 3: November 1, 2023 � October 31, 2024 Option Year 4: November 1, 2024 � October 31, 2025 (VII)������ Supply must be provided to the following location: NMFS PIFSC SCIENCE OPRATNS DIV F/PIC9 NAT'L MARINE FISHER SVC 1845 WASP BLVD, BLDG 176 HONOLULU HI 96818 More can be found in the attached statement of need and Posting memo. An SF18 form has been provided for your convenience. QUOTES DUE ON 08/27/2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c0a5079d0ea2415f935d9709b906281c/view)
 
Place of Performance
Address: Honolulu, HI 96818, USA
Zip Code: 96818
Country: USA
 
Record
SN05769063-F 20200823/200821230203 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.