Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2006 FBO #1536
SOLICITATION NOTICE

19 -- High Speed Boat

Notice Date
2/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862
 
ZIP Code
32542-6862
 
Solicitation Number
Reference-Number-F1T0DE5325A100
 
Response Due
2/17/2006
 
Archive Date
3/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a Firm-Fixed Price 100% Small Business Set-Aside contract. The said contract is for a High Speed Boat Closed Bow Performance Hull. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This notice of intent is a request for competitive quotes. The Government will consider all quotations received 10 days after date of this notice. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The announcement number is F1T0DE5325A100. The North American Industry Classification System (NAICS) code for this acquisition is 441222, and is a Small Business size standard of 500 employees. The requirement consists of the following item: CLIN 0001, Quantity: One or two (1-2), Each a. Boat, Closed Bow Performance Hull Specification: -- Length: 28?-38? -- Beam: 8-10?6? -- Deadrise: 14 to 28 Degrees -- Draft: 10? to 34? -- Fuel Capacity: 150-300 Gallons -- Weight: 4000-14,000 Lbs. b. Required Features: -- Capability to maintain a constant 55+ MPH when traveling in Beaufort Scale Sea State 2 condition with full fuel load and 700 Lbs of equipment. -- Walk in Cabin -- Self-bailing Cockpit desired -- Battery Trays With On/Off Switch -- Dual Batteries minimum -- Automatic Bilge Pumps -- Navigation Lights -- Electronic Trim Tabs, K-Planes w/Indicators -- Water Resistant Switch Panel With Circuit Breakers -- Stainless Steel Bow and Stern Lights -- Stainless Steel Cleats and Chocks -- SST Rub Rail -- Anchor Locker -- Full Foam Flotation -- Windshield or Equal -- Minimum 5-Year Hull Warranty -- Hydraulic no Feedback Steering -- Electronic Throttle Control/ or Stated Equal -- Full Instrumentation/Gauge Package -- Construction Meets or Exceeds U.S. Coast Guard Standards -- Electronics Storage/Box -- Horn -- Compass -- Fuel Water Separator c. Engines will be either twin or triple outboards or inboards. If outboard, dual four stroke or equal type motors shall be installed and rigged. As a minimum 225 HP Evinrude, Honda, Mercury, Johnson, Yamaha, or equal will be used. Should inboard engines be used they must be sufficient to ensure that the minimum speed requirement is met or exceeded. d. Trailer, dual or triple axle trailer with aluminum 1 beam frame, heavy gauge aluminum step pads, heavy duty load guides, ribbed rollers with nylon bushings, heavy duty winch and assembly, submersible lexan lights or equal, bearing protectors, dual safety chains, galvanized wheels and axle(s) cypress banks or equal, tongue jack, keel rub strips. Trailer shall be capable of carrying a boat 28?-38? in length, with a maximum weight of 15,000 lbs. GVW or as deemed appropriate for weight of specified boat. e. As in water acceptance sea trial is required by the Government prior to delivery. For this item delivery required is F.O.B., Eglin AFB, FL not later than 90 days after receipt of order. Final inspection will be at Eglin AFB, FL. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions (JAN 99); 52.212-2, Evaluation-Commercial items (Evaluation will be based on price and price related factors (JAN 05); 52.212-3, Offeror Representations and Certifications-Commercial Items (Offerors must submit a complete copy with their offers). To request an electronic copy of 52.212-3, E-Mail Cheryl Owens at the below e-mail address at Full Text or ORCA (MAR 05); 52.212-4, Contract Terms and Conditions?Commercial Items (OCT 03); 52.212-5, (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, (DEVIATION) sub-clauses that apply (JUL 05); 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1 (JUL 95); 52.222-3, Convict Labor (JUN 03); 52.222-19, Child Labor ? cooperation with Authorities and Remedies (JUN 04); 52.222-21, Prohibition of Segregated Facilities, (FEB 99); 52.222-26, Equal Opportunity (APR 02); 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (DEC 01); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 98); 52.222-37, Employment Report and Special Disabled Veterans, (DEC 01); 52.225-13 Restrictions on Certain Foreign Purchases (MAR 05); 52.232-33, Payment by Electronic Fund (CCR) (Oct 03); 52.233-3, Protests after Award (AUG 96); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 04); 52.223-11, Ozone-Depleting Substances (MAY 01); 52.247-34, F.O.B. Destination, ( NOV 91); 52.252-2, Clauses Incorporated by Reference (FEB 98. This contract incorporated one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil, 52.252.6, Authorized Deviations DFARS, (APR 84). As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause that is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert ?(Deviation)? after the date of the clause. Authorized Deviations: (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ?(Deviation)? after the date of the clause (b) The use in this solicitation or contract of any Defense Acquisition Regulation (48 CFR, Chapter 2) clause with an authorized deviation is indicated by the addition of ?(Deviation)? after the name of the regulation. 252-212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, (JUN 05); 252.225-7001, Buy American Act and Balance of Payment Program (JUN 05); 252-232.7003, Electronic Submission of Payment Report (JAN 04); 252.247-7023, Transportation of Supplies by Sea with Alt III (MAY 02); 252.225-7002, Qualifying Country Sources as Subcontractors (APR 03); 252.246-7000, Material Inspection Report (MAR 03); Wide Area Work Flow (WAWF) DODAAC and Email distribution table (SF1449). The following codes will be required to route your invoices and additional emails correctly through WAWF. (J2) Wide Area Work Flow DODAAC and Email distribution table (SF1449). Invoice Type: Invoice and Receiving Report (COMBO). Contract Number: See Block number 2 of the award: Delivery Order: See Block number 4 of the award of applicable: Issue Date: See Block number 9 of the award: Issue DODAAC: See Block number 9 of the award: Admin DODAAC: See Block number 16 of the award: Inspection By DODAAC/Ext: F1T0DE (850) 882-9348: Ship To Code/Ext: See Block number 18a of the award: Ship From Code: Add vendor information: Pay DODAAC: See Block number 18a of the award: Additional Email Notifications: 1. Inspector: robert.campbell@eglin.af.mil; 2. Acceptor: robert.campbell@eglin.af.mil; 3. Contract Administrator: cheryl.owens@eglin.af.mil; 4. Contracting Officer: frederick.marsh@eglin.af.mil. Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. The quote format is at the discretion of the offeror. Send all packages to 96 CONS/MSCB, Attn: Cheryl Owens, 205 West D Ave. Suite 541 (Bldg 350), Eglin AFB, Florida 32542-6862, by facsimile to (850) 882-4916 or email at cheryl.owens@eglin.af.mil. All responses are due NLT 2:00p.m. CDT on Friday, 17 February 2006.
 
Place of Performance
Address: Eglin AFB, FL
Zip Code: 32542-6862
Country: USA
 
Record
SN00982456-W 20060209/060207213804 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.