Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2002 FBO #0132
SOLICITATION NOTICE

20 -- Aids to Navigation Boats

Notice Date
4/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 54A, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
DTCG89-02-Q-S63050
 
Response Due
5/8/2002
 
Archive Date
5/23/2002
 
Point of Contact
Robina Kaer, Purchasing Agent, Phone 510/437-3003, Fax 510/437-3014,
 
E-Mail Address
rkaer@d11.uscg.mil
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 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 Request for Quotation number is DTCG89-02-Q-S63050 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-06. This acquisition is unrestricted under NAICS 336612. The Government proposes to solicit quotes for three (3) Aids to Navigation Boats. The following specifications apply: Description Requirements Vessel Type Fendering System Must provide protection for own vessel and other vessels. All Sponsons will be black and outfitted with heavy-duty rub strakes.Self-Buoyant, Non-Deflatable Collar, Repairable On Site Vessel Hull Length Not less then 16? Not Greater than 17' Vessel Beam No Greater Than 96? Operational Draft Not Greater than 20" Seating Permanently installed Seating for 4 Crew Hull Construction Material Marine Grade ?? Aluminum Hull With Keel Doubler Plate And Reinforced Bow Range / Endurance 100 Nautical Miles @ 30 knots with 10% Fuel Reserve Speed, Maximum 35 Knots Speeds, Sustained (Cruising @~4000 rpm) 30 Knots Service Life Expectancy 10 Years Hull 3 Years Propulsion 5 Years Fendering Navigation Lights Full Running Lights Crew Safety Adhesive Non-Skid deck coverings equivalent to 3Mtm "Safety Walk -Coarse" Crew Safety Sufficient Handrails, handholds properly situated and provided throughout the vessel Crew Comfort The vessel shall be outfitted with a windscreen. Fire Extinguishing System The vessel shall be outfitted with Fire Extinguisher Mounts that are easily accessible Dewatering System Self-bailing with 2-4" scuppers Console space Required 35?X35? Console With a Surface To Accommodate A Laptop Computer steering and engine controls installed, 12-volt plug installed. Towing Reel Mounted Towing reel capable of storing 200' of 2" DBN Stowage Sufficient Vented Storage (Bow And Stern Locations) Passenger Capacity The vessel will be capable of carrying a minimum of 8 passengers or 1600 lbs. Propulsion The vessel shall have both: Outboard Motor 110-140 HP 4 StrokeSmall Outboard Motor 8-15 HP 4 Stroke Navigational Equipment The vessel shall be outfitted with: A: VHF Marine Radio With AntennaB: Raymarine ST-60 With Transducer C: Compass Trailer Single Axle Aluminum Construction Lighting in accordance with US DOT Surge braking system with brakes on axle. Braking system should be resistant to Salt water damage. Tie Down points and mounted spare tires Rated for weight of boat, engines, fuel, 500lbs of gear and an additional 1000lbs of safety margin Securing / Tie down points The vessel shall be with outfitted: 4 Lifting Points For Shipboard OperationsBow And Transom Eyes On Hull6-8 Tie Down Points For Securing of bulky Aids to Navigation equipment Davit Manual Davit for lifting over forward Bow Port and Starboard, 300lb Capacity (Removable) Engine Mounts Motor Brackets For Outboard And Kicker Fuel Tank 45-60 Gal Fuel Tank (Installed, Not External) Shipping and Delivery: The contractor shall deliver not later than 30 September 2002, to Commander (OSR), Thirteenth Coast Guard District, 915 Second Ave., Seattle, WA 98174. Shipment shall be marked with purchase order number, name and address of the contractor on the outside for identification purposes. Award of this purchase will be based on the following criteria: (1) Prices, (2) Past Performance, with subfactors of (a) Quality, (b) Timeliness of delivery. The offeror is required to identify past or current contracts, (including Federal, State, and local government and private); for efforts similar to the Government requirements, by providing information from 3 Contracts performed within the last 3 years. The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror?s past performance. The offeror is to provide this information in the following format: (a) Contract Number, (b) Applicable project or service involved (c) Requiring Activity, including name, address and telephone number of the technical point of contact and Ordering Officer (where applicable), (d) Description of services performed and/or supplies furnished, including type of ?labor? categories required, (e) Schedule delivery/completion and actual delivery/completion dates. The following FAR provisions apply to the acquisition: FAR 52.212-1, Instructions to offers- Commercial Items. FAR 52.212-3, Offeror Representations and Certifications-commercial Items, all offerors are to include with their offer a completed copy of FAR 52.212-3. (Copies of FAR 52.212-3 are available upon request from the Contracting Officer or on the world wide web at http://arnet.gov/far/97-03/html/52_000.htm., FAR 52.212-4, Contract Terms and Conditions-Commercial Items. FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Order-Commercial Items. The following clauses cited in FAR 52.212-5, are applicable to the acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I , FAR 52.219-4, Notice of Price, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmation Action for Handicapped Works, Employment reports on Special Disabled Veterans of the Vietnam Era, 52.225-3 Buy American Act-supplies , 52.222-19, Child Labor-Cooperation with Authorities, 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration. Offers are due on April 26, 2002, 3:00pm local time. Offers shall be mailed to Commander, Maintenance and Logistics Command Pacific, Bldg. 54-A, Coast Guard Island, Alameda, California 94501-5100, Attn: Ms. Robina Kaer. Offers must provide as a minimum: (1) solicitation number; (2) name and address, point of contact and telephone number of the offeror; (3) terms of any expressed warranty; (4) price and discount terms; (5) a complete copy of representations and certifications; (6) sufficient technical literature and description to allow the Contracting Officer to evaluate conformance with the technical requirements as well as evaluate the offer?s past performance qualifications and proposed delivery schedule. The following notice is for informational purposes: Minority, Women-owned, and disadvantaged Business Enterprises (DBEs). The department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit $500,000 with interest at the prime rate. For further information and application forms concerning STLP, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
 
Place of Performance
Address: Commander (OSR), Thirteenth Coast Guard District,, 915 Second Ave., Seattle, WA
Zip Code: 98174
Country: USA
 
Record
SN00057062-W 20020413/020411213256 (fbodaily.com)
 
Source
FedBizOpps.gov 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.