Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2010 FBO #3053
SOLICITATION NOTICE

19 -- Recovery - Boat RepairSolicitation R10PS80R10

Notice Date
4/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
R10PS80R10
 
Response Due
4/19/2010
 
Archive Date
4/2/2011
 
Point of Contact
Robert Brackett 3034452442 rbrackett@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
This is a combined synopsis/solicitation for commercial service 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; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation, R10PS80R10 is issued as a request for quote (RFQ). The Bureau of Reclamation Project # is 13.000. The applicable Treasury Account Symbol is TAS::14 0681::TAS. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (iv) This solicitation is a 100% small business set-aside. NAICS Code is 441222; Small business size standard is $7.0M (v) This combined synopsis/solicitation is for the following commercial items and services: 0001: The contractor shall provide all labor, parts, equipment, materials, etc., to deliver and install a plywood floor, new motor, depth finder, davit arm crane, and new trailer for a 16-foot Traveler by Sea Nymph, aluminum hull, flat bottom, three bench, boat with console steering. QTY 1 Lump Sum. 0002: The contractor shall provide all labor, parts, equipment, materials, etc., to deliver and install e a new motor, depth finder, davit arm crane, and new trailer, for a 16-foot Lowe Tunnel, aluminum hull, flat bottom, tiller steered boat. QTY 1 Lump Sum. 0003: The contractor shall provide all labor, parts, equipment, materials, etc., to deliver and install the a new motor, depth finder, davit arm crane, and new trailer for a Boston Whaler Outrage, 20 feet long, fiberglass hull, center console. QTY 1 Lump Sum. 0004: ARRA Reporting - This contract requires the contractor to provide services funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act). Section 1512(c) of the Recovery Act requires each contractor to report on its use of Recovery Act funds under this contract in accordance with 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements (Mar 2010 Deviation). All reporting actions must be completed and delivered within the required reporting timeframes IAW 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements (Mar 2010 Deviation) Requirements. QTY 1 Lump Sum. 0005: BID OPTION. The contractor shall provide all labor, equipment, including trailers, materials, etc., to pick up before and deliver after completion of work the three boats from their current location at the Denver Federal Center, Denver, CO. Note that this is a bid option. This CLIN may or may not be awarded based on a comparison of the offeror's proposed price with the expected cost of the Government transporting the boats before and after completion of work. QTY 1 Lump Sum. (vi) Description of requirements for the services to be acquired: Boat 1. Traveler by Sea Nymph, aluminum hull, flat bottom, three bench, 16 foot long boat with console steering. The contractor shall provide all labor, parts, equipment, materials, etc., to deliver and install the following: Install a plywood floor to the floor of the boat. Provide and install a new 35 horse power, four-stroke engine. Installation shall include engine mounting, and all materials and labor necessary to allow the boat motor to be controlled by the existing steering console and throttle/tilt control. Provide and install a one (1) 5-gallon plastic fuel tank, new fuel lines, and a new battery. Provide and install a drop-in style, in-dash sonar depth finder with a selectable transducer beam. Provide and install a davit arm crane. The davit arm crane shall have up to 500 lbs lifting capacity, be corrosion resistant, hand winch operated, zinc plated spur gear hand winch or stainless steel hand winch with automatic disc brake for load control, quick disconnect anchor, allow for cable attachment or removal from the winch drum, independent base, adjustable boom for operation, shall fold down for storage or transport, shall have the ability to rotate 360 degrees. The contractor shall also provide a new bunk trailer for this boat. The trailer shall include tail lights and wiring harness. Boat 2. Lowe Tunnel, aluminum hull, flat bottom, tiller steered, 16 foot long boat. The contractor shall provide all labor, parts, equipment, materials, etc., to deliver and install the following: Provide and install a new 20 horse power, four-stroke engine. Provide and install a one (1) 5-gallon plastic fuel tank, new fuel lines, and a new battery. Provide and install a drop-in style, in-dash sonar depth finder with a selectable transducer beam. Provide and install a davit arm crane. The davit arm crane shall have up to 500 lbs lifting capacity, be corrosion resistant, hand winch operated, zinc plated spur gear hand winch or stainless steel hand winch with Automatic disc brake for load control, quick disconnect anchor, allowing for cable attachment or removal from the winch drum, independent base, adjustable boom for operation, shall fold down for storage or transport, with the ability to rotate 360 degrees. The contractor shall also provide a new bunk trailer for this boat. The trailer shall include tail lights and wiring harness. Boat 3. Boston Whaler Outrage, 20 feet long, fiberglass hull, center console. The contractor shall provide all labor, parts, equipment, materials, etc., to deliver and install the following: Provide and install a new 150 horse power, four-stroke engine and new battery. Refasten railing to bow of the boat. The contractor shall also provide a new two-axle, bunk trailer for this boat. The trailer shall include tail lights, wiring harness, and surge disc brakes. Photographs of the boats are available via email request to the POC listed in Para (xvi). Pickup, delivery, and technical point of contact for this requirement is Denise Hosler, Bureau of Reclamation, P.O. Box 25007 (86-68220), Denver, Co 80225, dhosler@usbr.gov. This contract requires the contractor to provide services funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act). Section 1512(c) of the Recovery Act requires each contractor to report on its use of Recovery Act funds under this contract in accordance with 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements (Mar 2010 Deviation). All reporting actions must be completed and delivered within the required reporting timeframes IAW 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements (Mar 2010 Deviation) Requirements. (vii) All work shall be completed no later than four weeks after date of award. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The offeror shall submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (ii) price. Technical capability will be evaluated by how well the proposed products meet the Government requirement and is significantly more important than price. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable price. The Government reserves the right to make an award to other than the lowest-priced offeror if the superior technical submission warrants paying a premium. (x) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The web site address is https://orca.bpn.gov/. (xi) The provision at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items Alternate II applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are b(3), b(8), b(18), b(19), b(20), b(21), b(22), b(24), b(38). (xiii) 52.204-11 American Recovery and Reinvestment Act- Reporting Requirements (MAR 2010 DEVIATION) also applies to this acquisition. The full text of all provisions and clauses is available at http://www.acquisition.gov/ or by request via email to the point of contact identified in Para (xvi). (xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) Quotes are required to be received no later than 12:00 pm MDT, Monday, April 19, 2010, and must include the following: Company name, address, phone numbers, DUNS number, Tax ID or Federal ID number, itemized quote. Offerors shall also submit the required product information and past performance information. Quotes shall be delivered via email to rbrackett@usbr.gov. (xvi) Please direct any questions regarding this solicitation to Rob Brackett at rbrackett@usbr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e93584caa40826e7bccba7557326875b)
 
Record
SN02111278-W 20100404/100402235034-e93584caa40826e7bccba7557326875b (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.