Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2004 FBO #1004
SOLICITATION NOTICE

19 -- PATROL BOATS

Notice Date
8/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
441222 — Boat Dealers
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0710
 
Response Due
9/7/2004
 
Archive Date
11/6/2004
 
Point of Contact
Jeanine Worthington, 410-278-0896
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(Jeanine.Worthington@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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 associated North America Industry Classification System (NAICS) code is 441222 and the Business Size Standard is 500. The combined synopsis/solicitation number is W91ZLK-04-T-0710. The Government contemplates award of a firm-fixed price Indefinite Delivery Indefinite Quantity contract resulting from this combined synopsis/solicitation. The contract shall have a Base Year with 3 option years. The following is a list of contract li ne item numbers and items, quantities and units of measure: CLIN 0001- Patrol Boats, 2 per year. The following are the minimum salient characteristics for this equipment: 1) minimum requirements: hull 42 to 46 US Coast Guard (USCG) approved fiberglass or aluminum HULL; 5- water tight bulkheads with bilge pumps(to include auto. switches and high water alarm in engine room); keel cooler recesses in hull; heavy duty rub rail; steering (power hydraulic driven off engine) PERFORMANCE - minimum pursuit speed of 30 mph; twin diesel engines(caterpillar or cummins); single lever control for each engine; 2-21 / 2 a22 stainless steel shafts; 2-21 / 2 v struts; 2-21 / 2 packing boxes; 2- 2 stainless steel rudders; FUEL SYSTEM  USCG approved aluminum fuel tanks (400 gal minimum); 2-1000 raycor fuel filters; USCG approved fuel lines w/ shut off valves; HEAD & GALLEY- USCG approved toilet; sink w/ hot & cold water in head & galley; hot water heater 12 gal; refrigerator & microwave; 2 burner electric stove; ELECTRI CAL SYSTEM - 13.5 kw marine generator (Onan or Northern lights); 12 v and 110v systems w/ adequate; receptacles; all USCG approved wiring to meet passenger specs; state of the art battery charging system; 4-8d batteries-two (2) batteries per engine; dock power hook-updual 50 amp service; ELECTRONICS-state of the art electronics pkg to include: radar; gps chart plotter interfaced w/ radar; vhf radio; depth finder; remote search light; compass; running lights; law enforcement lights (red, white and blue s trobe lights); siren w/ hailer; CABIN- commercial finish w/ trim; heat and air conditioning in cabin/pilot house area; storage cabinets; chart table; dinette; berth forward (sleeps-2); winshield wipers; heated defrost system for winshield; aluminum windows and doors; SAFETY EQUIPMENT-6 adult life jackets; safety lights w/ float free link; inflatable life raft; co2 fire ext. system for engine compartment and fuel tank; 2-10 lb. abc type portable fire extinguishers in the cabin area; MISCELLANEOUS-engine blo ck heaters (110v wired direct to electrical panel); radar arch (aluminum); 2 coats of quality bottom paint; dry exhaust with protective cages (stainless steel) or wrapped; non skid finish on all deck areas; all mooring cleats and bits for decks (to include cleat for breast lines); bow rail; flag mast; DELIVERABLES-all drawings/schematics/manuals on hull and equipment. Acceptance shall be at Destination. Shipping shall be FOB DEST. Delivery shall be to the U.S. Army Test Center, Aberdeen Proving Ground, M D 21005. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition; fill-ins in Paragraph (a) are Price and Past Performance and le ss important than price. Technical, past performance and price. Technical and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The government is not responsible for locating or securing any information which is not iden tified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirement. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The govern ment reserves the right to make an award without discussions. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, must be provided with offers. The clause at 52.212-4, Contract Terms and Conditions --Commercial Items, applies to this acquisition. The clause at 52.209-6 Protecting the Governments Interest, 52.216-22 Indefinite Quantity, 52.219-6 Notice of Total Small Business Set Aside, 52.216-18 Ordering; 52.216-19 Order Limitation, 52.217-9 Option to Extend; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: (1) 52.203-6, Restrictions on Subcontractor Sa les to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), (2) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offe r), (3) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (4) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (5) 52.222-26 Equal Opportunity, (6) 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era, (7) 52.222-36 Affirmative Action For Workers with Disabilities, (8) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), (9) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126), (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), and (11) 252.204-7004 Required Central Contractor Registration. The full text of the FAR references may be accessed electronically at this addres s: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received via electronic mail by 07 Sep 2004 no later than 3:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Jeanine Worthington), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at http://www.bpn.go v/CCRINQ. For questions concerning this solicitation contact Jeanine Worthington, Contract Specialist via email to: jeanine.worthington@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00650607-W 20040826/040825042427 (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.