Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
MODIFICATION

19 -- Petersburg Vessel Replacement Package

Notice Date
3/26/2008
 
Notice Type
Modification
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of Agriculture, Forest Service, R-10 Tongass National Forest, Federal Building, 648 Mission St. Acquisition Management, Ketchikan, AK, 99901, UNITED STATES
 
ZIP Code
99901
 
Solicitation Number
AG-0114-S-08-0008
 
Archive Date
12/31/2008
 
Point of Contact
A Kay Steffey, Contract Specialist, Phone 907-747-4273, Fax 907-747-4289, - Stephen Patton, Contracting Officer, Phone 907-228-6240, Fax 907-228-6254
 
E-Mail Address
ksteffey@fs.fed.us, spatton@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
THIS AMENDMENT TO THE SOLICITATION EXTENDS THE DATE OF THE BID CLOSING, FINITELY DESCRIBES THE CABIN CONFIGERATION, AND HAULING CAPACITY. This is a combined synopsis/solicitation for a 23 ft. long 8 ft. wide welded aluminum mono-hull aluminum vessel equipped with a Mercury four stroke outboard engine, a commercial item, prepared in accordance with the format in FAR 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. This notice is considered to be Solicitation AG-0114-S-08-0008 and is being issued as a Request for Quote. This solicitation incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. This requirement is set-aside for small business concerns. NAICS code 336612 is applicable. The small business size standard for this code is: 500 employees. Line Item 1 Description: 23 ft. welded aluminum mono-hulled landing craft type vessel. Capable of shallow draft operation in rough seas and ability to sit on beach at low tide with engine raised fully out of water. The vessel should have an enclosed, walk-around style cabin capable of seating up to four passengers, and provide the capability to carry 14 in by 16 ft planks either, along the center line of the boat or along each side of the cabin. Vessel shall be equipped with standard navigational lighting and appurtenances including hydraulic steering and trim tabs and further equipped with an auxiliary outboard kicker bracket suitable for supporting a 15 hp four stroke motor. Vessel shall have on board fuel capacity for 150 nautical miles fully loaded. All vessel walking surfaces shall be coated with non-skid paint including inside of bow door. Vessel hull shall be coated with anti-fouling black paint to 4 inches above water line. Vessel shall be fabricated with marine grade 5086 aluminum or better. Hull bottom and sides shall be quarter-inch marine grade aluminum or better. Scuppers shall allow decks to self-bail. Forward deck shall be equipped with cargo tie down bars on each side. $ __________________________ Line Item 2 Description: Mercury four-stroke outboard engine, completely installed, capable of economically propelling the vessel and a 2000 lb payload. $___________________________ Line Item 3 Description: Shipping FOB Petersburg Alaska 99833 $___________________________ Above line items comprise a turnkey unit delivered not later than March 2, 2009. FAR 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition. FAR 52.212-2, Evaluation Commercial Items applies to this acquisition. The following criteria shall be used to evaluate quotations received. (1) Technical Factors: the degree to which the proposed craft meets the outlined requirements. Include catalog cut sheets, photographs or other written information sufficient to establish whether the item quoted meets the specified requirements; (2) Hull Design Past Performance. Submit information establishing capability of open water operations and customer satisfaction; and (3) Price. Factors 1 and 2 in combination are roughly equal in importance to factor 3. Responses should include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items. Any resulting contract will include FAR 52.212-4, Contract Terms and Conditions Commercial Items. Any resulting contract will include FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within this clause are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-26 Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veteras, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.225-3 Buy American Act Free Trade Agreements Israeli Trade Act, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Responses to this solicitation are due at close of business, April 26, 2008. Responses may be submitted in hard copy to 204 Siginaka Way, Sitka, Alaska 99835, via email to ksteffey@fs.fed.us, or fax 907-747-4289. Please include your DUNS and Tax Identification Number (TIN) with your quote. Contact Kay Steffey (tel 907-747-4273) or Steve Patton (tel 907-228-6240) for information regarding this solicitation. The USDA is an equal opportunity provider and employer. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/FS/0116/AG-0114-S-08-0008/listing.html)
 
Place of Performance
Address: USDA Forest Service Petersburg Ranger District 12 North Nordic Drive Petersburg, Alaska
Zip Code: 99833
Country: UNITED STATES
 
Record
SN01542775-F 20080328/080326230745 (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.