Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

19 -- RECOVERY--19--RECOVERY--WATER SAFETY PATROL BOAT

Notice Date
7/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Vicksburg District, US Army Corps of Engineers, Vicksburg District, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-09-T-0024
 
Response Due
7/15/2009
 
Archive Date
9/13/2009
 
Point of Contact
Leah McCain, 601-631-7905<br />
 
E-Mail Address
US Army Corps of Engineers, Vicksburg District
(leah.b.mccain@usace.army.mil)
 
Small Business Set-Aside
N/A
 
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. Solicitation Number W912EE-09-T-0024 is being issued as a Request For Quote (RFQ) with the intent to award as simplified acquisition. This solicitation is unrestricted and all interested businesses may submit a quote which will be considered. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29, under NAICS Code 336612 (SIC 3732) with number of employees not exceeding 500. The U.S. Army Corps of Engineers (USACE), Vicksburg, Mississippi has a requirement for Water Safety Patrol Boat at Grenada Lake, Mississippi. This procurement will be purchased using ARRA Recovery Act funds and may be quoted as follows: Line Item 000l Supplies/Services: Furnish and Deliver a Water Safety Patrol Boat (including shipment, delivery, and set-up), Quantity: 1, Unit: Each, Unit Price: $ _________; Total amount of Line Item 0001 $ ____________. 0001 Water Safety Patrol Boat. General. The boat to be supplied under this contract shall be a new unit meeting the following specifications. This boat shall be the same as or equal to a SEAARK 21 foot Little Giant Cabin boat having the following characteristics: 1. All welded aluminum heavy duty commercial service hull. 2. Stern quarter decks. 3. Heavy duty D shape rubber bumper minimum 3in.. 4. Four heavy duty mooring bitts minimum 2 in. 5. Welded heavy duty bow eye. 6. Under-deck fuel tank cavity for 100 gallon tank. 7. Foam floatation fully foamed outboard of longitudinals. 8. Hydraulic steering. 9. Navigation lights. 10. Self bailing 100% welded cockpit. 11. Cockpit drain tubes and transom flaps. 12. Full height motor well bulkhead with bilge pump access hatch. 13. Battery and VRO storage under motorwell. 14. Reinforced bow deck with open storage (bulkheads/hatches). 15. Bilge pump 3700 GPH minimum with auto/manual control. 16. Winter drain plug. 17. Weather decks with Non-skid coating. 18. Switch panel with L.E.D. on lights, 50 amp klaxon main breakers and dash dimmer switch minimum 8-gang. 18. Manufactures Standard Warranty. 19. Open aft 6 cabin four passenger minimum. 20. Full width dash with gauge pod. 21. Dash grab rail. 22. Two (2) aluminum framed, fixed forward windows with safety glass. 23. Two (2) aluminum framed, sliding side windows with safety glass. 24. Insulated cabin roof with headliner. 25. Cabin sides insulated and lined to main deck. 26. Two (2) upholstered pilot seats with slides and boxes with storage compartments. 27. Folding light mast on roof. 28. Two (2) windshield wipers. 29. Electric twin trumpet horn. 30. Manual search light, roof mounted. 31. Cabin roof hand rails. Additional equipment required: 1. One (1) outboard Engine, 115HP, 25in. Shaft, 4- Stroke. 2. One (1) outboard Engine, 115HP, 25in. Shaft, CR, 4-Stroke. 3. One (1) Propulsion/Engine Installation PKG including one (1) EIP Twin outboard. The engine installation package should include 12V batteries with boxes, cables and disconnect switch, fuel hoses, filters and valves, wiring harnesses, propellers, controls and cables, fuel gauge, tachometers, voltmeters, hourmeters, engine alarms, trim gauges, and complete on water trials. 4. Two (2) stainless propellers. 5. Towing post (single). 5. Tow Line Guide/O/B protection bar combo. 6. Safety rail, minimum Three Tier Aluminum. 7. Divers door. 8. Outboard Engine mounting platform. 9. Integral cabin air conditioner minimum 15000 BTU roof mount with heat strip. 10. Cabin extension, (2 extension). 11. AFT cabin bulkhead and door (LG, VC, Ransporter). 12. Electric steering trim tabs. 13. Four (4) bench seat/storage box minimum 24in. with cushion two (2) seats installed in cabin, two (2) seats installed against the outer AFT cabin wall. 14. Four lettering decal, 8in. letters, 20 Max, minimum 10 letters/PR. 15. All white cabin and hull with gray deck and interior. 16. Windshield washer system with minimum two gallon tank. 17. Windshield wiper, two-speed with park arm. 18. Four (4) floodlights. 19. One (1) EIP generator, gasoline, air cooled. 20. Electronics rack (interior shelf). 21. Siren/PA system with 100 Watt speakers. 22. Fuel tank, 100 gallon, internal with electric gauge. 23. Mooring kit (fenders, ropes and holders) minimum 10in. x 26in., four (4) each. 24. Light bar, 48in. blue. 25. Trailer galvanized, twin axle, 20-24, 5800 lb capacity, 14in. tires minimum. Quantity to be Delivered: The Contractor shall deliver one (1) Water Safety Patrol Boat under this solicitation. Delivery Location: The Patrol Boat shall be delivered to the U.S. Army Corps of Engineers, Vicksburg District facility at Grenada Lake (specific delivery instructions will be provided upon award). Desired delivery date is as soon as possible, but in no case later than 30 November 2009. Submittals. The Contractor shall submit the following information with the bid package to verify that the proposed boat as well as the Contractors plans for delivery meets the requirements of this solicitation. Product Data: The Manufacturers technical data and catalog cuts describing the salient features listed in this solicitation. If the manufacturers data does not specifically address the salient features listed, a signed statement from the manufacturer stating that the units comply with the requirements for the salient features will suffice. The signed statement must specifically mention each salient feature by name. Schedule for Delivery: The schedule shall show the date the boat will be delivered. Standard Products: Materials, equipment and units shall be the standard products of a manufacturer regularly engaged in the manufacture of such products and shall essentially duplicate items that have been in satisfactory use for at least 5 years prior to receipt of quote. Warrantee: The Patrol Boat to be supplied under this contract shall include the manufacturers standard warrantee on materials and workmanship. Award shall be made to the responsive and responsible offeror whose quote is determined to offer the lowest price of those determined to meet or exceed all technical specifications. The Clause 52.212-2, EvaluationCommercial Items is applies to this acquisition. Offeror shall submit with his/her quotation sufficient technical literature, brochures, product descriptions, etc. to enable the Government to determine that the boat being offered meets or exceeds all technical specifications. FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. The Clause FAR 52.212-4, Contract Terms and Conditions, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the following clauses cited within that clause apply to this acquisition: FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of 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 Disabled Veterans; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-3 Buy American Act Free Trade Agreements Israeli Trade Act; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer. The clauses DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.212-7001, Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisition of commercial apply to this acquisition. If you are not registered in the CCR, an award CANNOT be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Quotes are due 15 July 2009, not later than 4:00 p.m. Central Time at the USACE Vicksburg District Contracting Office, 4155 East Clay Street, Vicksburg, MS, 39183, ATTN: LEAH MCCAIN. Email proposals will be accepted provided all required documentation is included. Fax proposals will not be accepted. For information concerning this solicitation contact Leah McCain by phone at 601-631-7905 or email at Leah.B.McCain@usace.army.mil. TECHNICAL INQUIRIES AND QUESTIONS All technical inquiries and questions relating to W912EE-09-T-0024 are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register in the system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Bidder Inquiry Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and then click continue. From this page you may view all bidder inquiries or add inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-09-T-0024. The Bidder Inquiry Key is: CYHS39-QCD3AB. Bidders are encouraged to submit questions at least 5 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. For help with the ProjNet system; the call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-09-T-0024/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Vicksburg District ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS<br />
Zip Code: 39183-3435<br />
 
Record
SN01862510-W 20090703/090702000943-5c559c82aabc048ef5438c5dd7ccfe34 (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.