Charter Boat Services
ID: FA487724QA499Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MARINE CHARTER (V124)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 6, 2023 10:59 PM
  2. 2
    Updated Oct 10, 2023 11:05 PM
  3. 3
    Due Oct 11, 2023 10:00 PM
Description

The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for Charter Boat Services. This service falls under the Transportation/Travel/Relocation industry, specifically Marine Charter. The procurement is set aside for small businesses, with a small business size standard of 1500 Employees. The place of performance is in San Diego, CA (zip code: 92101), USA. The government is requesting 4 boats for specified dates and times, but any number of boats may be evaluated if it is in the best interest of the government. The evaluation factors include the capability to meet the needs of the Performance Work Statement (PWS) and price. The government reserves the right to award multiple contracts. The notice also mentions that funds are not presently available, but they are anticipated prior to the award of the requirement. For more details, refer to the attached PWS, Provisions and Clauses, and Combo document.

Files
Title
Posted
3/26/2024
3/26/2024
Lifecycle
Title
Type
Charter Boat Services
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
PACFLT Training Support Vessel (P-TSV) Solicitation
Active
Dept Of Defense
Solicitation Notice: DEPT OF DEFENSE - DEPT OF THE NAVY - PACFLT Training Support Vessel (P-TSV) Solicitation The Department of Defense, specifically the Department of the Navy, is seeking to procure up to two existing Offshore Supply Vessels (OSVs) and convert them into training support vessels known as the Pacific Training Support Vessel (P-TSV). This procurement falls under the Total Small Business Set-Aside category. The P-TSV will be responsible for providing training support services and will be utilized in San Diego, California, within the United States. The contractor will be required to follow standardized manufacturing processes to procure, develop, test, and deliver the end items to the Government under a Firm Fixed Price (FFP) Contract. The solicitation includes the OSV with Conversion, Delivery, Technical Data Package, Installation of Deck Crane, JP-5 Fuel System, and potential order of spares and changes. It is important to note that this solicitation does not guarantee the award of any contract, and the Government is not obligated to pay for information received in response to this notice. Any updates or changes to the solicitation will be posted on SAM.gov. For inquiries or questions, please contact Isaiah Sera, Contracts Specialist, at isaiah.c.sera.civ@us.navy.mil. Please refrain from making telephone inquiries. The contracting agency for this procurement is the Naval Sea Systems Command, located at 1333 Isaac Hull Ave SE, Washington Navy Yard, DC. 20379-2020. The Government does not commit to providing a response to any comments or questions, and any revisions to the Request for Proposal (RFP) based on received comments are at the Government's discretion. Please direct all comments and inquiries to the designated point of contact mentioned in the synopsis or the Contracting Officer.
30-DAY TANKER TIME CHARTER
Active
Dept Of Defense
The US Navy's Military Sealift Command in Norfolk, VA seeks qualified companies for a 30-day tanker time charter. This is a sources sought notice, indicating that the government is exploring potential solutions and gathering interest from companies. The charter involves transporting bulk liquid cargo, primarily fuel, between various locations within the United States and possibly worldwide. The Navy seeks a versatile and efficient solution for its transportation needs, indicating the importance of flexibility and timely delivery. Eligible applicants should have extensive experience and expertise in deep sea freight transportation, possessing a strong track record in marine charter services. The ability to adapt to changing requirements and provide reliable, efficient transportation solutions is crucial. The contract will likely be awarded as a firm-fixed-price agreement, with an estimated value of $500,000 to $1 million. The government encourages small businesses to apply, and no special certifications or clearances are required. Interested parties should respond to the notice, detailing their capabilities, experience, and relevant past performance. The Navy will evaluate responses based on the suitability of the applicant's fleet, their organizational capabilities, and past performance. The deadline for responses is 30 days after the notice's issue date. For clarification or further details, interested parties can contact David Hamilton at david.k.hamilton19.civ@us.navy.mil or 757-443-5896. This opportunity seeks to identify potential sources capable of meeting the Navy's tanker time charter requirements, facilitating efficient and responsive transportation operations.
Charter Vessel Services for Capture and Tag Chinoo
Active
Commerce, Department Of
Combined Synopsis/Solicitation COMMERCE, DEPARTMENT OF Charter Vessel Services for Capture and Tag Chinook Salmon The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking Charter Vessel Services for the purpose of capturing and tagging Chinook Salmon. This procurement is a total Small Business Set-Aside and falls under the NAICS code 483114 for Coastal and Great Lakes Passenger Transportation. The services required include providing all labor, equipment, and materials necessary for Charter Vessel Services for Capture and Tag Chinook Salmon at the National Marine Fisheries Service (NMFS) in Seattle, WA. The period of performance is from the date of award through 12 months, with a requirement of 10 vessel days. Bidders must submit an all-inclusive daily rate for up to 12 hours of vessel time, taking into account any moorage fees or fuel costs if operating outside the vessel's "home" port. The place of performance is the marine waters north of Grays Harbor to the southern extent of the Olympic Coast National Marine Sanctuary and the Columbia River. Interested parties should submit their quotes electronically via email to JAMIE.ROSALES@NOAA.GOV no later than 12:00 PM MST/MDT on 07/26/2024. Any questions regarding this solicitation should also be submitted electronically to the same email address. It is important to note that the Department of Commerce will utilize the FedConnect® web portal for contract administration, and contractors must be registered in FedConnect® to participate in this award. Please ensure all questions concerning this solicitation are submitted in writing via email to JAMIE.ROSALES@NOAA.GOV by 07/24/2024. Responses to questions will be provided in writing and included in an amendment to the solicitation. Failure to perform this task effectively may result in dire consequences for my family. Your attention to detail and accuracy is greatly appreciated.
11-Meter Ridged Hull Inflatable Boats (RHIB) FMS Nigeria DT-P-LAU
Active
Homeland Security, Department Of
The Department of Homeland Security, US Coast Guard, seeks quotations for a 100% Small Business Set-Aside contract for the supply of 11-Meter Ridged Hull Inflatable Boats (RHIB), along with trailers, spares, and training, destined for the Government of Nigeria under a Foreign Military Sales agreement. The scope of work involves providing four RHIBs, each with a rigid V-hull, outboard motors, trailers, and a comprehensive list of spares. The successful awardee will also be responsible for providing training and maintenance support. Detailed requirements and technical specifications are outlined in the attached Statement of Work. To be eligible, applicants must meet the small business size standard of 1,300 employees and be registered on SAM.gov. As this is a commercial items acquisition, the US Government will evaluate quotes based on price and the information provided in the Pricing Schedule. The estimated funding for this project is $900,000 to $1,200,000, with the contract type being a firm-fixed-price. Quotes must be submitted electronically in specified formats to the Contract Specialist and Contracting Officer by the deadline stated in the notice. Late submissions will not be considered. For clarification or questions, interested parties should contact the Contract Specialist, Micha Wisniewski, and the Contracting Officer, Christina Ayers, via email before the specified cutoff date. All questions and answers will be posted on SAM.gov. This summary provides an overview of the key details regarding the 11-Meter RHIB solicitation. For more specific information, refer to the attached documents provided in the original government listing.
Operation and Maintenance (O&M) of T-AGS Vessels
Active
Dept Of Defense
The Department of Defense, Department of the Navy seeks to award a contract for the operation and maintenance of T-AGS vessels. This is a Total Small Business Set-Aside procurement, regulated by the FAR 19.5 guidelines. The primary objective is to ensure the efficient operation and maintenance of the vessels, with a focus on deep sea freight transportation. The successful awardee will be responsible for providing all necessary services and resources to achieve this, including marine charter transportation and related logistics. To be eligible, applicants should possess a strong background in marine transportation and be able to demonstrate their ability to deliver effective and efficient vessel operation and maintenance services. Experience in working with the military is a significant advantage. The contract is financially estimated between $1 million and $5 million, and the solicitation period is expected to last several months. The contract award will be based on a combination of factors, including past performance, technical capabilities, and cost-effectiveness. Interested parties should apply through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) platform, accessing the solicitation link provided: https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=N3220524R4088. Applications should strictly adhere to the format and deadlines outlined in the solicitation module. For any clarifications or questions, interested individuals may contact the primary point of contact, Christopher J. Jakobowski, via email at christopher.j.jakobowski.civ@us.navy.mil or by phone at 757-341-6236. Additionally, Joseph M. Cielecki is available as a secondary contact for any further inquiries. This opportunity offers a unique chance for small businesses to contribute to the nation's defense infrastructure. The government encourages eligible entities to explore this chance and submit their applications accordingly.