Combine Solicitation – Captain/Crew Services
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Captain/Crew Services
Classification Code: L - Technical representative services
Solicitation Number: NCND6011-14-00430
Contact: Jay S Parsick, Contract Specialist, Phone 301-628-1409, Fax 301-713-4155, Email [email protected] -
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address):
Place of Performance Country: US
Description:
Acquisition and Grants Office
COMBINED SYNOPSIS/SOLICITATION THE OFFICE OF NATIONAL MARINE SANCTUARIES REQUIRES UP TO A FOUR-PERSON CREW TO OPERATE AND MAINTAIN AN 83-FOOT ALUMINUM RESEARCH VESSEL, THE R/V MANTA, IN SUPPORT OF PROJECTS TO BENEFIT THE FLOWER GARDEN BANKS NATIONAL MARINE SANCTUARY (FGBNMS). (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; proposals 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 NCND6011-14-00430.
(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72.
(IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 488390. The small business size standard is
(V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - Services, non-personal,
(VI) Description of requirements is as follows: See attached statement of work which applies. Please see the
(VII) Period of performance shall be: TBD
(VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (
1352.215-72 Inquiries (
NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.
Submit quotes/price, and attachments by e-mail to
A Price Quote is required.
At a minimum the contractor shall provide the following information: a) Point of contact name, telephone and E-mail address. b) DUNS Number Provide all evaluation criteria in accordance with FAR 52.212-2 in this package.
(IX) FAR 52.212-2, Evaluation - Commercial Items (
Paragraph (a) is hereby completed as follows and evaluation will be based on: * Meet all required specifications provided in the statement of work. Please respond in the order of specifications provided in this document. * Past Performance - quote shall include at least two references that can provide information pertaining to the offeror's performance of relevant work. *
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
The following factors shall be used to evaluate offers:
Technical Capability: Demonstrated ability to provide Operation and maintenance referenced in the Statement of Work (SOW) for the R/V Manta.
Past Performance: Offer's quote shall include at least two references including the point of contact name, phone number, full address and e-mail address. Past performance will be evaluated based on ability to meet the requirements in the SOW and evaluation of all submitted attachments for same or similar activities. The Government will conduct a performance assessment based on the quality of the past performance of the contractor on similar contracts as it relates to the probability of successful accomplishment of the required effort.
(X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (
Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside
Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in
Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian End Products:
Line Item No. _______________________________________ _______________________________________ _______________________________________ [List as necessary] (3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products:
Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (4) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products:
Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals- (1) o Are, o are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) o Have, o have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) o Are, o are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) o Have, o have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds
The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/.
(XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (
(XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (
(XIII) The following clauses are also applicable to this acquisition: 52.252-1
The following additional terms and conditions apply: 52.204-9 Personal Identity Verification of Contractor Personnel (
DEPARTMENT OF COMMERCE CLAUSES:
System for Award Management Registration (
PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (
(a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor.
(b) Include the substance of this clause, including paragraph (b), in all subcontracts with small business concerns.
(c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (End of clause)
REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (CLASS DEVIATION) (
(1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) and the FY2013 Continuing Appropriations Resolution (Pub.L. 112-175, September 28,2012,126
(a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(2) The Offeror represents that, as of the date of this offer-
(a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of provision)
1352.201-70, CONTRACTING OFFICER'S AUTHORITY (
1352.209-73, COMPLIANCE WITH THE LAWS (
1352.209-74, ORGANIZATIONAL CONFLICT OF INTEREST (
1352.233-70, Agency Protests (
(d) Agency protests filed with the agency
1352.233-71, GAO and
(a) A protest may be filed with either the
1352.237-71 SECURITY PROCESSING REQUIREMENTS-LOW RISK CONTRACTS. SECURITY PROCESSING REQUIREMENTS-LOW RISK CONTRACTS (
(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.
(XV) Quotes are required to be received in the contracting office no later than
(XVI) Any questions regarding this solicitation should be directed to
NCND6011-14-00430
OFFICE OF NATIONAL MARINE SANCTUARIES
STATEMENT OF WORK R/V MANTA CREW SERVICES
FLOWER GARDEN BANKS NATIONAL MARINE SANCTUARY
1. Introduction
This contract will be administered through the
2. Scope 2.1 The contractor shall provide a fully qualified crew of up to four persons to operate and maintain R/V MANTA. Reimbursement under this agreement will be based on a per day basis. The number of persons necessary per day will be dependent on the type of operation or service required. For operations at sea for durations less than 12 hours a day, the crew will consist of a Captain (Operator in Charge) and a licensed or unlicensed deckhand. For operations at sea for durations of more than 12 hours a day, the crew will consist of a Captain, a qualified mate and two licensed or unlicensed deckhands. For in-port operations associated with mobilization, cruise preparation, and routine maintenance and inspection, the crew will consist of at least one qualified Captain and additional crew members with skills necessary to carry out the needed tasks as determined by the FGBNMS Superintendent or his/her designee. Under direction of the FGBNMS Superintendent or his/her designee, and along with other crewmembers, the main objectives are to ensure the safe operation of the government vessel, safe and timely execution of scientific missions, and the safety and well being of the crew and passengers. Minimum qualifications for the Captain, Mate and deckhands are given in Section 3.
2.2 The contractor shall provide a qualified Captain to support routine maintenance activities related to R/V MANTA while in port. The Captain will be expected to work, at a minimum, all days in which R/V MANTA is underway and each weekday while the vessel is alongside with the exception of Federal holidays. The compensation for the OIC will be based on a twelve-hour day when underway and an eight-hour day when alongside and will include all overhead and administrative charges (including insurance, etc.).
2.3 The contractor shall provide a qualified crew (4 persons) to conduct up to 30 days per year of operation at sea (duration over 12 hours per day) aboard R/V MANTA.
2.4 The contractor shall provide a qualified crew (one to three persons) to support up to 20 days per year of preparation and mobilization for cruises to be conducted aboard R/V MANTA.
2.5 For purposes of this contract, a work-day conducted while underway will consist of twelve hours. A work-day conducted while in port will consist of eight hours. Partial days shall be considered and calculated in 1/2-day blocks as agreed upon by the FGBNMS technical representative.
2.6 The contractor shall provide all necessary insurance listed in section 8.
2.7 Travel time for crew to and from the vessel will not be included as work time.
2.8 The contractor shall ensure that the employees have no medical conditions that might predispose personnel to a dangerous situation while at sea.
2.9 The contractor shall provide for necessary crew training to maintain required licenses and certifications. Specialized training may be reimbursed through this contract upon approval of ONMS and the FGBNMS technical representative.
2.10 The contractor shall be able to pay for supplies and equipment necessary for mission operations on a reimbursement basis, including fuel, food, provisions, and consumable supplies.
2.11 The contractor shall be responsible for the preparation of meals during operations at sea, and must provide a crewmember to act in this capacity.
2.12 The contractor shall submit invoices monthly, or more frequently as necessary, via email to the FGBNMS Superintendent or his/her designee.
3. CAPTAIN / OIC Statement of Work
3.1 Captain of R/V MANTA: The following tasks shall be performed by the Vessel Captain: a. Serve as Primary Captain / OIC aboard R/V MANTA b. Responsible for vessel operations at sea in the northwestern
3.2 Required Certifications for Captain: a. Must possess at least a valid USCG 100 GRT Master's license b. Current in First Aid, CPR, and AED training c.
3.3 Recommended certifications: a. STCW Medical Person in Charge or Basic EMT b. Fast Rescue Boat or equivalent c. Basic and Advanced Firefighting d.
3.4 Required Knowledge: a. Must possess at least three years of specific knowledge and experience of offshore waters in the
3.5 Preferred Knowledge: a. Operations involving computer systems and deploying oceanographic equipment such as trawl nets, CTD's, ROV's, side scan sonar, or other transducers. d. Operation and maintenance of dive-air compressor systems (HP and LP) e. Operation and maintenance of deck equipment, such as scientific winches, A-frames, and knuckle cranes f. Operation and maintenance of jet-drive propulsion systems g. Advanced engineering and troubleshooting skills
4. MATE Statement of Work
4.1 Tasks to be performed by the Vessel Mate: a. Split a watch rotation with the Captain aboard R/V MANTA while operating at sea. Cruises will be scheduled in advance, but employee must be flexible to work within weather windows and be available for emergency responses. b. Ensure the safe navigation and mechanical operation of the vessel, as indicated by USCG regulations, NOAA/NOS small vessel policy guidelines, and the NOAA Small Boat Operations Manual. c. Be able to fulfill the Captains responsibilities in the event of an emergency. Ensure that all safety procedures are understood and adhered to while underway. d. Operate deck equipment, dive air compressor, and small boat when necessary. e. Supervise and train the vessel deckhand(s) on proper deck machinery and scientific gear deployment operations. f. Assist the OIC in conducting periodic fire, man overboard, and abandon ship drills when underway. Assist the OIC in safety briefings and pre departure check offs. g. Work collaboratively with the captain and deckhand(s) to ensure readiness of all the vessel's main systems. Conduct routine and preventative maintenance on vessel systems and equipment as established by NOAA, vessel, and equipment manufacturers. Document all work completed in a vessel maintenance log and/or enter into a database. h. Act as the Assistant Vessel Safety Officer, assist with annual fleet inspection and inspect safety equipment in accordance with NOAA small boat policy. i. Document all vessel-related activities in the Manta's bridge and engine room logs. 4.2 Required Certifications: a. Must possess at least a valid USCG 100 ton Master's license, Near Coastal b. Current in First Aid, CPR, and AED training c. Must have had, or be capable of taking, NOAA Small Boat Component Course
4.3. Recommended certifications: a. MPIC or Basic EMT b. Rescue Boat or small boater's course c. Basic and Advanced Firefighting d.
4.4 Required Knowledge: a. Must possess at least one year of specific knowledge and experience of offshore waters in the
4.5 Preferred Experience: a. Operations involving computer systems and deploying oceanographic equipment, such as trawl nets, CTD's, ROV's, side scan sonar, or other transducers b. Operation of deck equipment, such as scientific winches, A-frame, knuckle boom crane c. Intermediate engineering and troubleshooting skills
5. DECKHAND(s) Statement of Work
5.1 Tasks to be performed by the vessel Deckhand(s): a. Responsible for deck equipment (crane, winches, A-frame, davit) operation and maintenance (as designated by captain and mate). For typical vessel operations at sea, a twelve-hour work day is required. Cruises will be scheduled in advance, but employee must be flexible to work within weather windows and be available for emergency responses. b. Follow and ensure standard operating procedures are being followed on deck, as indicated by the NOAA/NOS small vessel policy guidelines and NOAA Small Boat Operations Manual. c. Other duties include assisting in mooring and anchoring, standing watch, cooking, assisting the scientific party with over-the-side operations, and conducting safety and engine room rounds. d. Participate in the pre-departure safety briefing. e. Participate in periodic fire, man overboard, abandon ship, and other required drills when underway. f. Act as small boat coxswain for vessel's 16 foot skiff. g. Operate the dive air compressor system and assist the scientific party in filling tanks. h. Set up and break down the dive deck i. Assist on a wide variety of mission related activities such as staging of scientific gear, delivery of galley stores, and supplies. j. Work collaboratively with the captain and mate to ensure readiness of all the vessel's systems. Assist the crew in routine and preventative maintenance on vessel systems and equipment as established by NOAA, vessel, and equipment manufacturers. k. Assist the mate with inspections and maintain safety equipment in accordance with NOAA procedures. l. Clean the exterior and interior decks when necessary. 5.2 Required Certifications: a. Must have prior boating experience offshore b. Current in First Aid, CPR, and AED training c. Must have had, or be capable of taking, NOAA Small Boat Component Course d. Small boater's course certificate (
5.3 Recommended Certifications: a. STCW Basic Safety Training b.
5.4 Required Knowledge: a. Prior sea experience aboard research vessel, dive vessel, or small boats in the offshore waters of the
5.5 Preferred Experience: a. Operations involving deploying oceanographic equipment, such as trawl nets, plankton nets, CTD's, ROV's, side scan sonar, or other transducers. b. Experience aboard vessels where SCUBA diving was conducted, including operation of dive-air compressor systems (HP and LP) c. Operation of deck equipment, such as scientific winches, A-frame, and knuckle boom cranes d. Basic engineering and watch standing skills
6. Place of Performance
The work will be conducted aboard the NOAA vessel R/V MANTA within the
Vessel Specifications: Built in 2007-8 * Aluminum foil-assisted catamaran * Length: 83' Beam: 30' Draft: 3.5' * Tonnage: 78 tonnes fully laden * Main engines: Twin Caterpillar C-32 Acerts * Service generators: Twin Northern Lights, 65kw * Main propulsion: Twin Hamilton H571 Waterjets * Tankage: 3400 gallons fuel, 500 gallons water, 500 gallons sewage * 12 cfm breathing air compressor with nitrox membrane system * 15.5' Polaris RHIB * Berthing: 14 (10 passengers)
7. Period of Performance 7.1 Dates:TBD to TBD. This contract may be extended for up to six months by mutual agreement of all parties (ONMS, FGBNMS, and Contractor).
8. Insurance
8.1 Workers compensation: Contractors are required to comply with applicable Federal and State workers compensation.
8.2 Jones Act liability: The Jones Act permits injured seamen to seek compensation for injuries resulting from the negligence of their employers or co-workers during the course of their employment on a vessel. In addition to compensation for injuries caused by negligence, an injured seaman may also make a claim against the vessel's owner on the basis that the vessel was not seaworthy. An employer may also be liable for failing to provide a seaman with adequate medical care.
9. Special consideration concerning crew experience, knowledge and training
9.1 Preference will be given to a vendor that can provide at least one crew member that has been certified, or can be certified, by the NOAA Diving Program as Working Divers. Unless already certified, the costs associated with NOAA working diver training will be borne by the vendor. Costs associated with maintaining the certification will be covered by FGBNMS.
9.2 Preference will be given to a vendor that can demonstrate substantial experience and knowledge of Nitrox breathing air compressor operation and maintenance.
9.3 Preference will be given to a vendor that has prior experience on R/V MANTA, including knowledge of vessel-specific systems and time underway.
9.4 Preference will be given to a vendor with experience operating vessels with jet-drive propulsion systems.
10. Additional instructions.
10.1 The prospective contractor should submit a bid based on the number of crew necessary to carry out the required mission or tasks. In general, the number of crew needed will vary from one to four. In all cases (including maintenance operations), one of the crew will be the Captain/OIC, unless approved by the FGBNMS technical representative.
10.2 For at-sea operations (including the associated mobilization/demobilization operations), the "day rate" for crew will be based on a 12-hour work day, and will include all overhead and administrative charges (including insurance, etc.).
10.3 For in-port maintenance operations, the "day rate" for crew will be based on an 8-hour work day, and will include all overhead and administrative charges (including insurance, etc.).
10.3 The bid will include a day rate proposal for an operational day at sea (more than 12 hours duration). This crew must include at a minimum: two licensed captains (one Master and one Mate), and two qualified deckhands. Additional categories of crew may also be considered (engineer, cook, etc.). Under all circumstances, there must be a defined standard day rate, regardless of crew composition.
10.4 The bid will also include a day rate proposal for mobilization and maintenance days in port. This bid can be based on individual crew-member day rates, or can be based on the number of crew necessary to carry out the required tasks. In general, mobilization days will require 2-3 crew (with at least one being the Captain/OIC), and maintenance days will require 1-2 crew.
11. IT Security Requirements
11.1 The Certification and Accreditation (C&A) requirements of 48 CFR 1352.239-73 do not apply, and a Security Accreditation Package is not required.
11.2 The government will provide the necessary computer equipment and information to perform this contract. All work must be performed upon government furnished equipment and if addition hardware and/or software is needed, the Contractor must request the additional requirements from the COTR.
11.3 The contractor will be using government furnished equipment (GFE), which is currently covered by an existing government Certification and Accreditation (C&A) package.
12. contacts and Site Visit: (contact LTJG Richard Park for site visit if you would like one and set up a time prior to close of the request for quote due date.) The site visit must be done by
Primary: LTJG Richard (Jamie) Park Marine Operations Coordinator Flower Garden Banks National Marine Sanctuary Office: (409) 621-5151 x104 Cell: (979) 777-7183 Alternate: George P. Schmahl Superintendent Flower Garden Banks National Marine Sanctuary Office: (409) 621-5151 x102 Cell: (979) 229-6542
PERFORMANCE BASED QUALITY ASSURANCE SURVEILLANCE PLAN R/V MANTA CREW SERVICES
1. PURPOSE
This Quality Assurance Surveillance Plan (QASP) is a Government developed and applied document used to ensure that systematic quality assurance methods are used in the administration of the Performance Based Service Contract (PBSC) standards included in this contract and in subsequent Task Orders issued. The intent is to ensure that the Contractor performs in accordance with performance metrics set forth in the contract documents, that the Government receives the quality of services called for in the contract and that the Government only pays for the acceptable level of services received.
2. AUTHORITY
Authority for issuance of this QASP is provided under Contract Section E - Inspection and Acceptance, which provides for inspections and acceptance of the articles, services, and documentation called for in Task Orders to be accomplished by the Contracting Officer or his duly authorized representative.
3.
The Contractor, and not the Government, is responsible for management and quality control actions necessary to meet the quality standards set forth by the contract and follow-on Task Orders. The QASP is put in place to provide Government surveillance oversight of the Contractor's performance to assure performance is timely, effective and delivering the results specified in the contract or Task Order.
4. GOVERNMENT RESOURCES
The following definitions for Government resources are applicable to this plan:
Contracting Officer (CO) - [Reference Section G, Clause G.1 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (
Contracting Officer's Representative (COR) - [Reference Section G, Clause G.2 1352.201-71 CONTRACTING OFFICER'S REPRESENTATIVE (COR)
5. RESPONSIBILITIES
The Government resources shall have responsibilities for the implementation of this QASP as follows:
Contracting Officer - The Contracting Officer [as defined in Section G, Clause G.1 1 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (
COR - The COR [as defined in Section G, Clause G.2 1352.201-71 CONTRACTING OFFICER'S REPRESENTATIVE (COR)
6. METHODS OF QA SURVEILLANCE
The below listed methods of surveillance shall be used in the administration of this QASP. In addition to specific instructions that may be mentioned, the appropriate and standardized form that is to be used for documentation of QA surveillance is the Quality Assurance Monitoring Form. 100% Inspection - This level of inspection shall be accomplished by monitoring and documentation. Periodic Inspection - Periodic inspections shall be conducted if and when specified in individual Task Orders. Random Monitoring - Random monitoring shall be conducted at the discretion of the Government.
Even though the Government, through its COR, will be monitoring the contractor's performance on a continuing basis, the volume of tasks performed by the contractor makes technical inspections of every task and step impractical. Accordingly, the Government will use a quality-assurance review process to monitor the contractor's performance under this contract. The contractor's performance will be evaluated at the end of the Task Order period of performance, contract period or if there is an unsatisfactory report submitted by the COR for any performance problem on the contract. Ratings will be made in two categories.
Satisfactory: Level of performance that in the aggregate meets the Performance Standard; Deficiencies are minor and offset by outstanding elements of performance within the Standard;
Unsatisfactory: Level of performance that in the aggregate fails to meet the Performance Standard; Deficiencies are pervasive;
In general, the work will be evaluated in terms of how well the requirements of the contract Task Orders are satisfied, the extent to which the work performed follows the approach found in the Task Order Statement of Work, quality of work, clarity of documentation, timely completion of scheduled tasks, cost control and business relations. At the discretion of the COR or the Contracting Officer or Specialist, other government officials approved by the Contracting Officer or Specialist may be asked to evaluate a particular deliverable or set of deliverables.
7. ANALYSIS OF SURVEILLANCE RESULTS
When appropriate, the CO may investigate an event further to determine if all the facts and circumstances surrounding the event were considered in the COR opinions outlined on the forms. The CO will immediately discuss every element receiving a substandard rating with the Contractor to assure that corrective action is promptly initiated. At the end of contract period, the COR will prepare a written report for the CO summarizing the overall results of his/her surveillance of the Contractor's performance during the previous period. This report will become part of the formal QA documentation. This documentation will be used for the contractor's yearly performance report documenting quality, timeliness of performance, cost control, business relations and customer satisfaction.
If the level of performance is deemed to be unsatisfactory for more than one Task Order, the remedies at 52.246-4(e) will be assessed against the Contractor.
8. NON-MONETARY INCENTIVES Incentives are to encourage sustained satisfactory or greater performance. Although not directly monetary in themselves, future business opportunities are impacted by performance. Incentives include 1) opportunity to complete additional Task Orders which are technically more challenging and financially more rewarding 2) positive past performance rating or letter of recommendation and 3) a reduction in task monitoring and reporting. 9. DOCUMENTATION
The COR will, in addition to providing documentation to the Contracting Officer, maintain a complete Quality Assurance file. The file will contain copies of all reports, evaluations, recommendations, and any actions related to the Government's performance of the quality assurance function, including the originals of all Quality Assurance Monitoring Forms. All such records will be retained for the life of this contract. The COR shall forward these records to the Contracting Officer at termination or completion of the contract.
QUALITY ASSURANCE MONITORING FORM NCND6011-14-00430 Contract Number: ________________ Task Order Number: Project Name: R/V MANTA Crew Services
Task Performance Objective Performance Standard Method of Performance Assessment Standard Met Standard Not Met (COR must provide explanation below)
1. 7.1 Progress Report prepared and submitted with invoice. Narrative reports are submitted with the invoice and accurately describe work performed during the billing period. 100% COR Inspection
2. 3.1 Vessel properly staffed by contractor. For trips of duration 12 hours or less, at least one Captain and one Deckhand provided. For trips of duration longer than 12 hours, one Captain, one qualified Mate, and two Deckhands provided. COR review with task manager
3. 3.2 Proper insurance documentation provided by contractor. Proof of Workman's
4. 3.3 Meals provided by contractor during operations at sea. Three meals prepared by contractor each day while underway, unless otherwise directed by Superintendent or his/her designee. COR review with task manager
5. 3.4 Vessel operations conducted safely. Captain shall conduct safety briefing before departures and ensure that all operations while underway are conducted in a safe manner, and in accordance with NOAA safety standards. COR review with task manager.
6. 3.5 Assistance with vessel maintenance and inspections. Contractor shall assist VOC with coordination of preventative and routine maintenance of vessel and its equipment, as well as assist in preparation for and execution of scheduled inspections. COR review with task manager.
7. 3.6 Vessel bridge log maintained properly. Contractor shall ensure that the vessel's logs are kept and maintained in accordance with NOAA Small Boat Program standards. COR review with program manager. 8. 3.7 Submitting Invoices. Contractor shall submit invoices following each trip, or at least monthly during non-operational periods via email to Superintendent or his/her designee. COR review with program manager.
NARRATIVE OF PERFORMANCE DURING SURVEY PERIOD: ______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
PREPARED BY: ______________________________ _____________________ DATE
CONTRACTING OFFICER REPRESENTATIVE:
______________________________ PRINTED NAME
______________________________ ____________________ SIGNATURE DATE
Link/URL: https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCND6011-14-00430/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 16129 |



Special Notice – BPA Service/Repair of the Warehouse MHE
Combine Solicitation – Parking Lot Security
Advisor News
- NY insurance agent and Ponzi schemer faces 4-12 years in prison
- Economic pressure makes boomerang living a new normal
- Millennials ready to bring their advisor to the family table
- The gap between policy awareness and investor conversations
- Younger investors turn to ‘finfluencers’
More Advisor NewsAnnuity News
- A new opportunity for advisors: Younger indexed annuity buyers
- Most employers support embedding guaranteed lifetime income options into DC Plans
- InspereX Partners with AuguStar Retirement for Strategic Expansion into Annuity Market
- FACC and DOL enter stipulation to dismiss 2020 guidance lawsuit
- Zinnia’s Zahara policy admin system adds FIA chassis to product library
More Annuity NewsHealth/Employee Benefits News
- Report: After health insurance subsidies end, 30,000 Idahoans will be uninsured
- Studies from Seoul National University Hospital Yield New Information about Science (Factors related to unmet nursing care needs for home-visit nursing among long-term care insurance beneficiaries): Science
- Cody Allison & Associates, PLLC Receives Nationally Registered Trademark for Law Firm
- WARNOCK STATEMENT ON NEWS THAT OVER HALF A MILLION GEORGIANS HAVE DROPPED HEALTH CARE COVERAGE
- Health-related risks can disrupt a client’s retirement
More Health/Employee Benefits NewsLife Insurance News
- AM Best Affirms Credit Ratings of Old Republic International Corporation’s Subsidiaries
- Government seeks dismissal of Dean Vagnozzi’s lawsuit against SEC
- Symetra Promotes Nicholas Mocciolo to Chief Investment Officer of Symetra Financial Corporation
- NAIFA letter supports change to DOL independent contractor rule guidance
- Are you truly independent? 5 questions to ask
More Life Insurance News