Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
SOLICITATION NOTICE

19 -- RECOVERY - Multi Species Conservation Program (MSCP), Electrofishing Boat, Razorback Sucker and Bonytail Stock Assessment, Project No. 23.000, TAS::14 0681::TAS

Notice Date
3/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - LC - Lower Colorado Regional Office P.O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
R10PS30R33
 
Response Due
3/24/2010
 
Archive Date
3/19/2011
 
Point of Contact
Meagan R. Fyffe Supv. Contract Specialist 7022938552 mfyffe@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Reclamation, Multi Species Conservation Program (MSCP) has a requirement for an electrofishing boat. This project will be partially or wholly funded from the American Recovery and Reinvestment Act of 2009 (ARRA). Please be advised that the Awardee will be subject to Section 1512(c) of ARRA, which requires that each contractor report on its ARRA funds under the awarded contract. These reports will be made available to the public. 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-38. This requirement is a total small business set-aside. Large businesses are encouraged to submit quotes in the event that there is an insufficient amount of small businesses. The North American Industry Classification System (NAICS) Code for this acquisition is: 336611 Ship Building and Repairing. The small business size standard for NAICS Code 336611 is 1,000 employees. The resulting contract will be a firm fixed price type. Line item 0001 for 1 each.The contractor shall provide one electrofishing boat, trailer, generator and electrofisher all of which meet the following specifications:(i) Boat: The boat shall be an aluminum hull 18-19 feet in length, built in fuel tanks and storage with a 90 horsepower, four stroke engine (an example of an acceptable engine is an Evinrude E90LDLIS, current model year with electric start, long shaft, and power tilt and trim). The bow of the boat shall be an open deck with safety railing. The boat shall have a maximum draft of 7 inches and a minimum load capacity of 1,600 pounds. The boat shall be equipped with a 70 plus gallon live well with automatic filling pump and aeration system. The boat shall be fitted and wired with a generator to operate the electrofishing system and the necessary insulated booms to mount electro fishing arrays. The boats lighting system shall include deck lights, head lights, side lights, rear lights, tank lights and work lights. (ii) Trailer: The boat will include a tandem axel, galvanized bunk trailer including spare tire and mount, bunk load guides, and 10" disc brakes for both axels with winch strap and led low profile light kit.(iii) Generator: Generator is cooled by water pumped in through a screened intake in the bottom of the boat hull. The water strainer screen is removable for easy cleaning. Additional heavy-duty windings provide 12 volt power for battery charging and auxiliary lighting. The generator must meet Coast Guard safety standards for electrical systems and gasoline fuel systems and have heat exchanger, high water and high exhaust temperature cutouts, disposable oil filter, oil drain valve, electronic fuel pump, anti-dieseling solenoid, solid-state ignition, automatic choke, and be emission compliant. The generator housing will be lined with heat reflective and sound deadening material.(iv) Electrofisher: The electrofisher output shall be 7,500 watts and a max of 62 Amps and have both output modes for pulsed AC and DC. Output frequencies will range from 7.5 to 120Hz. The operation of the electrofisher will be equipped with both operator and front deck foot switches for safety. Electrofisher controls will be mounted into the steering console. An example of an acceptable boat is Smith-Root SR-18H or equal. Items shall be delivered FOB destination to Bureau of Reclamation, 500 Fir Street, Boulder City, NV 89005. Estimated delivery is on or before July 1, 2010. FAR provision 52.212-1, Instructions to Offerors - Commercial applies to this acquisition and is included in the RFQ. FAR provision 52.212-2, Evaluation - Commercial Item applies to this acquisition and is included in the RFQ. Offers will be evaluated based on lowest priced, technically acceptable, responsive quote from a responsible offeror. Offers will be considered acceptable if the equipment offered meets all of the above specifications. FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items - Offerors shall include in their offer a completed copy of the provision 52.212-03 or indicate completion of the applicable Online Representation and Certifications Application (ORCA). Offerors may complete the annual representation and certification online at www.orca.bpn.gov. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. FAR clause 52.212-5 Alternate II, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Specific FAR clauses included in the 52.212-5 that are applicable to this requirement ARRA project included: 52.203-15, Whistlerblower Protections Under the American Recovery and Reinvestment Act or 2009 and 52.204-11 Deviation, American Recovery and Reinvestment Act - Reporting Requirements. Additional contract requirements include the following clauses and provisions:1452.215-71, Use and Disclosure of Proposal Information1452.222-80, Notice of Applicability - Cooperation with Authorities and Remedies - Child Labor1452.237-80, Security Requirements, Information Technology/Compulsory Protection of Sensitive Information and Security Access Requirements Responsible offerors are requested to submit a quote for this requirement. Offers may be submitted electronically through FedBizOps, via email to kadams@usbr.gov, or by fax at (702) 293-8050. To facilitate electronic quote submissions through FedBizOps, a request for quote (No. R10PS30R33) is being issued subsquent to this combined solicitation/synopsis. Offers are due Wednesday, March 24, 2010 by 4:00pm local time. For questions and concerns please contact Meagan Fyffe at (702) 293-8552.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/565de03b091f49fa620f3f35b81d5d1a)
 
Place of Performance
Address: Boulder City, NV
Zip Code: 89005
 
Record
SN02097205-W 20100321/100319234530-565de03b091f49fa620f3f35b81d5d1a (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.