Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOLICITATION NOTICE

19 -- Jet Boat, Motor & Trailer

Notice Date
2/16/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-MT MONTANA STATE OFFICE* BUS. & FISCAL SVCS. BRANCH 5001 SOUTHGATE DR BILLINGS MT 59101
 
ZIP Code
59101
 
Solicitation Number
ESQ060009
 
Response Due
3/3/2006
 
Archive Date
2/16/2007
 
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 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), number ESQ060009. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. This solicitation is set-aside for Small Business concerns, under North American Industry Classification System (NAICS) code 44122. The Small Business Annual Receipts for the firm and its Affiliates, for the preceding three (3) fiscal years does not exceed $6.5 million. Vendors must quote on All or None of the following items. The Line Items are as follows: ITEM #1: 2006 Wooldridge Alaskan II Jet Boat (Brand Name or Equal) - Complete welded Aluminum Hull, 20' to 21' in length - Minimum hull thickness: Bottom Gauge 1/8 inch, Side Gauge 1/8 inch - Beam 94 inches - Side height 26 inches - Bottom width 68 inches - Boat weight (without motor) including walk through windshield: 1150 lbs. - Minimum fuel tank capacity 45 gallons - Deadrise 9 degrees - Semi-V Hull with formed ribs designed to compliment an Outboard Jet Tunnel - Wooldridge Boats patented Jet Tunnel - Battery, box and holder - Recessed headlights in Bow - Custom exterior decals (BLM LAW ENFORCEMENT) and Color (BLM will provide drawing at time of award) - Additional 12 volt power outlet - Garmin GPS 188 installed - Paint for windshield & interior (Enhanced Greystone Paint) - Three welded cleats - One pair of 36 inch storage boxes with locking mechanism. - Upholstered seats with back rests for boxes (preferably Tan in color) Honda MOTOR (Brand Name or Equal) - Type: 4 Stroke 60 degree V6 - Displacement: 3471 cc (212 cubic inches) - Bore & Stroke: 89 X 93 mm - Full Throttle RPM Range 5000-6000 RPM - HP Rating @ Propshaft: 200hp @ 5500 RPM - Induction Scavenging: SOHC - Valves per Cylinder: 4 - Fuel delivery: Programmed Fuel injection - Ignition System: Microcomputer Programmed - Starting System: Electric - Lubrication: Wet Sump - Cooling System: Water Cooled - Alternator: 60 Amps (756 Watts) - Trim Range: - 4 degrees to + 16 degrees - Tilt Range: 72 degrees - Jet unit with Stainless Steel Impeller (installed) TRAILER - E-Z Loader Galvanized Trailer - Spare Tire & wheel - Spare Tire Carrier - Load Guides for 18' and Larger Models - Slick Bunk on Bunks ADDITIONAL REQUIREMENTS: - Manufacturer must install and function test motor prior to delivery. (Written verification of testing results will be required upon delivery). - Contract must include a rigging package for the motor - Zero Feedback steering system required (due to weight of motor) - Motor must meet or exceed 2006 EPA Standards for emmissions. ITEM #2 - TRADE-IN of 1998 21 Foot Clark Jet Boat with Mercury Motor and Tandem Axle Trailer (Note: To obtain pictures of the boat for trade, please e-mail the Contracting Officer at "cgunther@blm.gov", or contact Charlene Gunther at 406-896-5195) BOAT : - 1998 21 Foot Clark Jet Boat - Model # CB23RTSB - SN# CBT3729QJ7698 - Acquisition date 1/12/98 - Acquisition cost $19,557 - Complete walk through windshield - Battery, box and holder - Light Bar mounted above the driver windshield - Two Upholstered seats - Welded cleats - Twin Gas Tanks OUTBOARD JET MOTOR - 1998 140 HP Mercury Jet Marine 2 Stroke Outboard - Serial #0G606145 - Acquisition Cost Unknown - Recent Service (12/21/2005) - Engine Compression: 1-105, 2-105, 3-105, 4-100, 5-100, 6-100 BOAT TRAILER - 1998 Tandem axle boat trailer - SN#WDV19314L798 - Acquisition Date 1/12/98 - Acquisition Cost $2,495 - Trailer Designed to carry 21 Foot Jetboat - Fully coated with aftermarket bed-liner spray - Tandem Axle - Spare Tire - Surge Brakes - Loading Bunkers The delivery address is Bureau of Land Management, Lewistown Field Office, 920 NE Main Street, Lewistown, MT 59457. The FOB Point will be Destination. Award will be made to the lowest responsive, responsible quoter that is most advantageous to the government. The provision at 52.212-01, Instructions to Offerors-Commercial Items is applicable. The provision at 52.212-02, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. QUOTERS SHALL INCLUDE A COMPETED COPY OF THE PROVISIONS AT 52.212-03, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, WITH IT'S OFFER. The clause 52.212-04, Contract Terms and Conditions-Commercial Items, is applicable. The clause 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is applicable, and the following additional FAR clauses cited in the clause are applicable: 52.204-07 Central Contractor Registration; 52.219-06 ,Notice of Total Small Business Set-Aside; 52-222-3, Convict Labor; 52-222-19 Child Labor; 52.222-21 Prohibition of Segregated Facllities; 52.222-26, Equal Opportunity; 52.222-35,Equal Opportunity for Special Disabled Veterans; 52.222-36,Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-1, Buy American Act - Supplies; 52.223-06,Drug Free Workplace; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.247-34, F.O.B. Destination and 52.211-06, Brand Name or Equal. THESE FAR CLAUSES CAN BE ACCESSED AT: "http://farsite.hill.af.mil". It is the quoters responsibility to review these clauses and submit the required information. Prospective contractors must be registered in Central Contractor Registration (CCR) prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the internet at http://ww.ccr.gov. Recommend that prospective vendors complete their annual Represenations and Certifications (ORCA) electronically at http://orca.bpn.gov. Offers are due at the above office by close of business March 3, 2006. Fax quotes will be accepted at (406)- 896-5020. Please include the Offeror Representations and Certifications (FAR 52.212-03) with your quote. Please contact Charlene Gunther at 406-896-5195 before faxing your quote. For additional information contact Charlene Gunther, Contracting Officer at (406) 896-5195.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1054713)
 
Place of Performance
Address: Lewistown, MT
Zip Code: 59457
Country: USA
 
Record
SN00989852-W 20060218/060216213049 (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  © 1994-2020, Loren Data Corp.