Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
MODIFICATION

19 -- RECOVERY--19--Work Barge for USACE-Vicksburg District Grenada Lake Field Office

Notice Date
7/15/2009
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
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
W912EE09T0020
 
Response Due
7/21/2009
 
Archive Date
9/19/2009
 
Point of Contact
Robin Green, 601-631-7266<br />
 
E-Mail Address
US Army Corps of Engineers, Vicksburg District
(robin.l.green@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY--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-06-T-0020 is being issued as a Request For Quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-34. THIS PROCUREMENT IS 100% SMALL BUSINESS SET-ASIDE AND ISSUED UNDER NAICS CODE 336611 (SIC 3732) WITH A SIZE STANDARD OF 1000 EMPLOYEES FOR A FIRM FIXED PRICE CONTRACT. This procurement may be quoted as follows: Line Item 000l Supplies/Services: Work Barge. Quantity: 1, Unit: ea, Unit Price: $ _________; Total amount of Line Item 0001 $ ____________. The US Army Corps of Engineers, Vicksburg District, Grenada Lake Field Office has a requirement for one (1) Work Barge to be furnished and delivered in accordance with the following specifications. The Work Barge to be supplied under this contract shall be a new unit meeting the following specifications. SPECIFICATION: Base Boat: 1 each, 2008-B Transporter or equal (Work Barge). Standard Equipment: Hydraulic steering center console. Adjustable operator's seat or leaning post. Navigation lights. Service light in console. 12 volt DC electrical system w/ 8 circuit switch panel. 3700 GPH electric bilge pump w/ auto-manual control. Mooring bitts (4). 'D' shaped extruded rubber bumper at sheer. 3 in. aluminum half pipe hull protection. Side safety railing. Bow tow eye. Self bailing deck. 5 lb. Sacrificial anodes (2). Safety non-skid decks. Urethane finish. Length Overall: 20 ft. 3 in.; Beam Overall: 8 ft. 0; Hull Draft: 6 in.; Weight: 3,000 lbs.; Capacity: 3,500 lbs.; Standard Fuel Capacity: Optional; Maximum O/B Horsepower: 200. Construction Details: Bottom Plating: in.; Side Plating: 3/16 in.; Deck Plating: 3/16 in.; Cockpit Plating: 3/16 in.; Transom Plating: 3/16 in.; Bulkhead Plating: 3/16 in.; Scantlings: In accordance with United States Coast Guard. Boat to be center console with stand-up leaning post and t-top configuration. Three tier safety rails to be installed P& STBD sides from bow to stern and around transom. Rails to be removable. Provide space and power for two CF radios and antennas. Radios to be installed by customer after delivery of boat. Options/Accessories: 1 each, Outboard engine, Yamaha or equal, 150HP, 25 shaft, 4 stroke. Propulsion/Engine Installation Pkg.: 1 each, EIP, Single Outboard. Note- Engine installation package (EIP) to include 12V battery and box, Cables and disconnect switch, fuel hose, filter and valve, wiring harness, controls and cables, connector kit, tachometers, hour meters, voltmeters, engine alarms and oil pressure (where applicable), test fuel and complete-on water trials. All gauges are multi-function, digital type. Special Engine Accessories: 1 each, Stainless propeller upgrade. Deck/Hull Fittings: 8 each,Recessed Cargo tie down. 4 each, Lifting eye (ea) (17 27 Models). 1 each, Doubler, Keel only 1/3 hull section (V-hull models). 1 each, Outboard/outdrive protection bar (17-31 models). 1 each, Davit, 500 lb cap with manual winch. 2 each, Safety rail, 3 tier aluminum 20 28. Note: Provide 3 tier safety rails P & STBD sides from bow to transom and around transom. Rails to be removable. 1 each,Hull extension per ft, transporter (8 wide). 1 each, Flush deck option (17 27). Seating: 1 each, Bench seat/storage box, 24 with cushion. Electrical DC: 1 each, Plug, 12 Volt Aux. Note: Mounted in console. 1 each, Winch, Electric (for Davits only). Lighting: 2 each, Floodlight. Note: lights to be forward facing. 1 each, Searchlight, roof mount, 7. Navigation/Communications: 1 each, Fathometer, 0-800, Lowrance, x51,4 LCD, with transom mount transducer and temp sensor. Fuel System: 1 each, Fuel Tank, 50 Gallon, Internal with Electric gauge (G). Weather Protection: 1 each, T-Top, Aluminum (Center console models). Trailer: 1 each, Trailer Galvanized, twin axle, 20 26, 7500 lb capacity, 15 tires. Note: Trailer includes hydraulic surge brakes (single axle), spare tire and carrier, heavy duty side load guides, hand winch and bearing protection system. Open Market Items: 1 each, Install CFE radio & antenna. Note: Provide pre-wiring and connectors for CF radios and antennas, radios to be installed by customer after delivery of boat. Submittals: The contractor shall submit the following information with the bid package to verify that the proposed Work Barge as well as the Contractors plans for delivery meets the requirements of this solicitation. Product Data- The contractor shall provide the manufacturers product 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 for the manufacturer will suffice. The signed statement must specifically mention each salient feature by name. Standard Products: Materials and equipment shall be 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 five (5) years prior to receipt of quote. Warranty: The Work Barge to be furnished under this contract shall include the manufacturers standard warranty on materials and workmanship, as least a 1 Year Manufacture warranty and10 year Hull warranty. OEM Warranties depending on the different equipment the government requests. Schedule for Delivery: The schedule shall show the date the Work Barge will be delivered. DELIVERY IS AS SOON AS POSSIBLE OR NOT LATER THAN 31 January 2010. DELIVER TO: U.S. Army Corps of Engineers, Vicksburg District, Grenada Lake Field Office, 2002 Scenic Loop 333, Grenada, Mississippi 38901. Point of contact is Robin L. Green @ robin.l.green@usace.army.mil. A solicitation will not be issued. All responsible businesses may submit an offer, which if submitted timely, will be considered. Evaluation factors are pricing schedule and past performance and delivery schedule. These factors will be evaluated in accordance with FAR clause 52.212-2 Evaluation-Commercial Items. Provision 52.212-1 Instructions to Offerors-Commercial Items 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 52.212-4, Contract Terms and Conditions, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2009), applies to this acquisition. Applicable clauses under 52.212-5 include: 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009)(Section 1554 of Pub L. 111-5); 52.201-11, American Recovery and Reinvestment ActReporting Requirements (MAR 2009)(Pub L. 111-5); 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003(15 U.S.C.644);52.219-28, Post Award Small Business Program Rerepresentation (APR 2009(15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (JUNE 2003 (E.O. 11755);52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246);52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003). 52.212-5 Alternate II (MAY 2009); 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009); 252.212-7000, Offeror Representations and Certifications--Commercial Items (JUN 2005); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009) and 252.232-7010, Levies on Contract Payments (Dec 2006) apply to this acquisition. The full text of a FAR provision or clause may be assessed electronically at http://farsite.hill.af.mil. The full text of a DFARS clause may be assessed electronically at http://farsite.hill.af.mil/Vfdfar1.htm. If you are not registered in the Central Contractor Registration (CCR) database, an award CANNOT be made to your company. You may register electronically at www.ccr.gov. Registering electronically will expedite the registration process. Quotes are due by 21 July 2009 not later than 1600 HRS (CST) at the USACE VICKSBURG DISTRICT CONTRACTING OFFICE, ROOM 144, 4155 EAST CLAY STREET, VICKSBURG, MS 39183, ATTN: ROBIN L. GREEN. For information concerning this solicitation contact Robin L. Green at email: robin.l.green@usace.army.mil. Emailed offers will be accepted. Facsimile offers shall not be accepted. EVALUATION OF OFFERS Award shall be on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. Lowest Price Lowest price means the lowest total price of all proposed schedule line items. Technical Acceptability Technically acceptability means the ability to fulfill three requirements for this solicitation: 1 Sufficient capacity to fabricate and/or manufacture a Work Barge that meets or exceed the minimum specifications above. The offeror must submit sufficient documentation that illustrates their capability to furnish a Work Barge to allow the Government to make a determination of their capability. Failure to provide sufficient documentation of capability may result in the quote as unacceptable. 2 Satisfactory past performance within the last three (3) years of successful completion of previous projects (including Federal, State, and local government and private) that was similar to the technical specifications. It is in the best interest of the offeror to submit evidence of this in the form of a minimum of three (3) references and contact information. 3 Ability to meet the delivery schedule not later than 31 January 2010. Offerors should check the FedBizOpps Web Page often for new solicitations and/or changes (AMENDMENTS) to existing ones. All technical inquiries and questions related to W912EE-09-T-0020 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 a current registered user or self-register into the system. To self register, go to the web page, click on BID tab, then 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 the information on the next screen is correct and click continue. From this page you may view all bidder inquiries or add inquiries. 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-0020 The Bidder Inquiry Key is: 86VX84-92BWXC Bidders are encouraged to submit questions at least five (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; call 1-800-428-HELP. The call center operates weekdays from 0800 to 1700 hrs CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE09T0020/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
SN01875913-W 20090717/090715235623-d9766e41e6e2ae3320c12e9da88d1bb8 (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.