Florida Bids > Bid Detail

PILOT TRANSFER SERVICES

Agency:
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159667256448716
Posted Date: Jan 30, 2024
Due Date: Feb 1, 2024
Source: https://sam.gov/opp/b6f0c8f5b4...
Follow
PILOT TRANSFER SERVICES
Active
Contract Opportunity
Notice ID
N6883624PILOT
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC JACKSONVILLE
Office
NAVSUP FLT LOG CTR JACKSONVILLE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 30, 2024 01:14 pm EST
  • Original Response Date: Feb 01, 2024 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: V227 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: NAVIGATIONAL AID AND PILOTAGE
  • NAICS Code:
    • 488330 - Navigational Services to Shipping
  • Place of Performance:
    Jacksonville , FL 32228
    USA
Description

MARKET RESEARCH / REQUEST FOR INFORMATION (RFI) - NO SOLICITATION DOCUMENT EXISTS Product



Supply Code (PSC) - V227 (Navigational Aid and Pilotage Services) The Naval Supply Systems Command Fleet Logistics Center in Jacksonville (NAVSUP FLCJ) is conducting a market survey to determine the availability of vendors capable of providing Pilot Transfer Services. Period of Performance is 05 March 2024 through 4 March 2025 and contains four (4) one-year options periods. The NAICS Code for this requirement is 488330.



NOTE: Interested vendors must be capable of providing requirements listed in the Statement of Work (SOW). SOW - Mayport Port Operations anticipates approximately 20 movements annually that require pilot transfer services. The Contractor shall provide all the necessary personnel, supervision, management, equipment, materials, and services required to provide pilot transfer services for Port Operations at Naval Station, Mayport, Florida. Contractor shall provide support to Port Operations by providing pilot boat services for transfer of pilots in the vicinity of Sea Buoy “ST. Johns” as needed for any vessel arriving/departing at NAVAL STATION MAYPORT FL. APPLICABLE DIRECTIVES: • SOLAS • COLREGS • 49 CFR • MARSEC REQUIREMENTS: The Contractor shall provide the following Pilot transfer Service Support requirements. This service is for Pilot transfer only. The Contractor’s boat shall be on station with pilot when the vessel arrives in the vicinity of Sea Buoy “ST. Johns”. The craft shall meet the listed minimum requirements: 1. Craft will be purposed built to effect pilot transfer at sea. a. Hull will be of welded aluminum alloy b. Enclosed wheelhouse c. Control station d. Toughened glass windows with frame e. Dedicated pilot seating f. Fixed fendering g. Rescue davit h. Stern platform i. Interior heat j. HVAC k. Forward Boarding station with stanchions l. Topside boarding platform m. Fixed navigation lights IAW COLREG Rules, 21,22,23,29 n. SOLAS compliant o. USCG licensed captain with experience/training in pilot transfer operations, and subject to random drug screening IAW 49 CFR p. Home berthing for the craft will be at a facility approved by Homeland Security and comply with MARSEC q. Electronics package to include: 2 VHF radios IS GPS Echo sounder RADAR Chart plotter Magnetic compass EPIRB The Pilot will board at Pilot Station or inside the Mayport Naval Station. The Contractor shall comply with U.S. Naval Base Mayport, Florida and Navy Base Security and restricted area requirements. The Contractor shall provide efficient communications, transportation coordination and waterways system oversight to perform pilot services. The Contractor shall provide a contingency plan that adequately ensures there will be absolutely no interruption of services due to labor disruption within the Contractors own labor force. The contingency plan must list the substituted personnel for the Contractor when they are unable to meet the requirements due to leave, sickness, death, etc. The contingency plan shall be tested at least semi- annually to ensure it is valid. The final Government approved contingency plan shall be submitted within fourteen (14) calendar days after contract award. The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with all applicable laws, codes and regulations in connection with the performance of work. Further, the Contractor is responsible to ensure that proper safety and health precautions are taken to protect the work, the workers, the public and the property of others. All personnel that the Contractor provides to the Government to perform piloting services shall meet all of the skills and knowledge, qualification and experience requirements specified in Sections 4.1 and 4.2 QUALIFICATIONS: • All boat captains must hold current USCG licenses and be subject to random drug screening as per 49 CFR. These licenses shall be and remain on file at the Contractors office for immediate review by the Government during the period of the contract.





EXPERIENCES: • Boat captain is required to be trained and be able to prove such training in the transfer of personnel at sea. Interested vendors are requested to submit a capability statement outlining their ability to meet or exceed this requirement no later than 14:00PM (Eastern Standard Time), Thursday, 1 February 2024, to Dwayne Davis at dwayne.k.davis2.civ@us.navy.mil stating the following information: (1) Reference Number N6883624PILOT; (2) Company name, address, POC name, phone number, fax number and email; (3) Contractor (CAGE Code); (4) Size of business; (5) If the Items can be solicited from a General Services Administration (GSA) schedule contract vehicle or Open market; and (6) Contractor (Manufacturer or Distributer). The Government will use the result of this announcement to determine whether the acquisition of the above requirement should be solicited as a Small Business Set-Aside, or whether Full and Open Competition procedures will be utilized. Submissions are Not-To Exceed (NTE) 15 Standard typewritten pages. All technical questions and inquiries may be submitted within the response. DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL AND PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE. THE TECHNICAL CAPABILITY STATEMENT PROVIDED IN RESPONSE TO THIS SOURCES SOUGHT NOTICE SHALL NOT BE CONSIDERED A RESPONSE TO A REQUEST FOR QUOTE. RESPONSES TO THIS NOTICE ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. RESPONSES WILL NOT RESTRICT THE GOVERNMENT TO A PARTICULAR ACQUISITION APPROACH OR BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY.


Attachments/Links
Contact Information
Contracting Office Address
  • JACKSONVILLE FL 32212-0097
  • JACKSONVILLE , FL 32212-0097
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 30, 2024 01:14 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >