Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2004 FBO #0905
SOLICITATION NOTICE

19 -- Ship Deployable Surface Target

Notice Date
5/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
441222 — Boat Dealers
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 3, Commander, NAWCWD, Code 230000E, 575 I Ave, Suite 1, Point Mugu, CA, 93042-5049
 
ZIP Code
93042-5049
 
Solicitation Number
N68936-04-T-0069
 
Response Due
6/8/2004
 
Archive Date
6/23/2004
 
Point of Contact
Thomas Winans, Contract Specialist, Phone (805) 989-1601, Fax (805) 989-0561, - Nathan Simpson, Procuring Contracting Officer, Phone (805) 989-1303, Fax (805) 989-0561,
 
E-Mail Address
thomas.winans@navy.mil, nathan.simpson@navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice and using the simplified acquisition procedures in FAR Part 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation N68936-04-T-0069 is issued as a request for quotations. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22. This agency has a requirement for 20 SeaDoo GTX4-TEC personal watercraft for conversion into the Navy?s Ship Deployable Surface Target (SDST). CLIN 0001 (QTY-20 EA), Description: SeaDoo GTX 4TEC Personal Watercraft; The following requirements apply to CLIN 0001: The craft must be able to tow a 5-man inflatable banana sled at 40 knots, in a calm sea, with a 200 foot, one-eighth inch spectra line. The craft must fit a mast assembly, existing actuator assemblies, a Global Positioning System Node box, a Radio Frequency Modem Node box, a linear potentiometer box, and a Personal Water Craft controller node box. The craft must be of sufficient weight and size to provide acceptable performance in ocean conditions. Additional salient characteristics include: closed loop cooling; four stroke engine; fiberglass hull; single button start/stop operation; able to obtain a maximum speed of 49 knots in a calm sea; minimum storage capacity of 52 U.S. gallons. CLIN 0002 (QTY-20 EA), Description: Galvanized Trailer. The following requirements apply to CLIN 0002. Capable of towing CLIN 0001 including: 1100 lb. GVWR; aluminum or galvanized steel; fully adjustable and carpeted bunks; adjustable bow post; fully sealed light system; adjustable front parking jack; legal for highway towing. This requirement is a sole source to SeaDoo, a division of Bombardier Recreational Products. The Navy has designed the SDST around the SeaDoo GTX4-TEC. The electronics and mechanics of the remote control system for the SDST were designed specifically for SeaDoo GTX-4TEC. Start/Stop wiring interface as well as RPM sensing and Tip Over Protection sensing must be exactly as it is on the GTX4-TEC. Choosing another manufacturer?s model would mean redesign of mast assembly, mechanical linkages, and electronic interface to the boat electrical system. It would also mean a new round of extensive sea trials and testing would have to be conducted. The amount for electrical redesign is estimated to be $28,000; the amount for mechanical redesign is estimated to be $40,000; and the amount for sea trials and retesting is estimated to be $77,000. This would cause a substantial duplication of costs to the government that is not expected to be recovered through competition. The provisions at FAR 52.212 1, Instructions to Offerors, Commercial Items applies to this acquisition. Firms submitting quotes on the SeaDoo GTX4-TEC must provide with their quotes published price lists and sales data to verify the reasonableness of their proposed prices. Offerors must include a complete copy of the provision at 52.212 3, Offeror Representations and Certifications ? Commercial Items, with his/her offer, and also at DFARS 252.212 7000, Offeror Representations and Certifications ? Commercial Items. The clause at FAR 52.212 4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The clause at FAR 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following additional clauses cited within FAR clause 52.212 5 are applicable to this acquisition, and are hereby included By Reference: 52.203 6, 52.219 8, 52.222 21, 52.222 26, 52.222 35, 52.222 36, 52.222 37, 52.225 3, 52.225 13, 52.225 15, and 52.232 33. The clause at DFARS 252.212 7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional clauses cited within DFARS clause 252.212 7001 are applicable to this acquisition, and are hereby included By Reference: 252.205 7000, 252.225 7001, 252.225 7012, 252.243 7002, and 252.247 7023. DFAR 252.204 7004, Required Central Contractor Registration, applies to this solicitation, therefore FAR clause 52.212 3 paragraph (b)(2), relating to TIN number, does not apply to this solicitation. DFAR 252.225 7000, Buy American Act ? Balance of Payments Program Certificate, applies to this solicitation. DFAR 252.225 7017, Prohibition on Award to Companies Owned by the People?s Republic of China, applies to this solicitation. The Defense Priorities and Allocations System (DPAS) rating for this contract will be DO A3. Delivery of CLIN 0001 shall be 10 units 37 days after award of contract and the remaining 10 units 44 days after award of contract. Delivery of CLIN 0002 shall be 10 units 37 days after award of contract and the remaining 10 units 44 days after award of contract. There is an anticipated contract award date of 30 June 2004. Delivery of CLINs 0001 and 0002 units will be FOB Destination, Receiving Officer, Naval Air Station, Point Mugu, CA, with all charges for shipping and transportation pre-paid, in accordance with the clause FAR 52.247 34 titled FOB DESTINATION (NOV 1991). Mark shipment for: Commander, Code 531500E, ATTN: Yuri Lozovskiy, CBC Seaborne Targets, Building 465A, Port Hueneme, CA 93043. Any questions resulting from this synopsis/solicitation must be received no later than six (6) days prior to the closing date. Quotes (original and one copy) are due by COB 8 June 2004, at the Point Mugu Contracts Department, which is located in Bldg. 65. The mailing address is: Commander Code 254300E, ATTN: Tom Winans, Naval Air Warfare Center Weapons Division, 575 ?I? Ave Suite 1, Point Mugu, CA 93042 5049. In order to hand deliver offers, carriers must check in at the Security Office, Bldg. 3. Offerors are cautioned to leave enough time to be processed by the Security Office before entering the naval air base and traveling to Bldg. 65. A valid driver?s license and evidence of vehicle registration and insurance will be required at Bldg. 3. Failure to obtain access to the issuing office shall not be justification for consideration of a late proposal by the Government. NO CONTRACT WILL BE AWARDED UNDER THIS SOLICITATION AT GREATER THAN REASONABLE PRICES.
 
Place of Performance
Address: Naval Base Ventura County, Naval Air Warfare Center?Weapons Division, Point Mugu, CA.
 
Record
SN00587281-W 20040519/040517212314 (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.