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

J -- SLBE - Repair Engine Block

Notice Date
4/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MWR - SACN Saint Croix National Scenic Riverway Headquarters Office401 North Hamilton Street St. Croix Falls WI 54024
 
ZIP Code
54024
 
Solicitation Number
Q6620100043
 
Response Due
4/16/2010
 
Archive Date
4/2/2011
 
Point of Contact
Tina Spengler Contract Specialist 7154832241 tina_spengler@nps.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 item 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; quote are being requested and a written solicitation will not be issued. The National Park Service requires a fixed-price contract. The solicitation number for this project is Q6620100043. This solicitation is a Request for Quotes (RFQ). Location: Sleeping Bear Dunes National Lakeshore, Empire, Michigan 49630. This is in Leelanau County, Michigan. Description: Repair the Port engine in a Crew Boat (the M.V. Burton) using a new long Engine Block. Replace the engine block in the port engine of a 1986 Munson 28 foot aluminum Crew Boat located at Sleeping Bear National Lakeshore, Empire Michigan. Work will include pulling all exterior components of the existing port engine, installation of a new long engine block, inspecting all exterior components, identifying any damaged components, installing all necessary components. Work will include repairing engine to meet the operating standard. Engine components on damaged engine are believed to be in good condition. Engine has approximately 500 engine hours. Contractor will be responsible for all costs of any parts or components that are required to be replaced to ensure engine meets performance requirements. The contractor will conduct a Bay test at the contractor's expense to ensure the Port engine is operating properly. The Contracting Officer or his or her Representative will be given a reasonable opportunity to observe the bay test. Bay test's location will be chosen by contractor. The Port engine's performance shall be equal to the performance of the boat's Starboard engine (Model # D3 190 A-C). All work under this contract must be completed within 90 days to include the Bay test and deliver boat. The Contractor must be licensed, insured and Volvo certified. The boat is currently on a trailer. Boat pickup and delivery to Empire Michigan will be by contractor. Description of the Crew Boat: All Aluminum construction by Munson Boats in 1986. Centerline length is 28 feet. Beam is 11 feet. Engines are Volvo Penta Model# D3 190DP Aquamatic Duo prop Diesel engine with Electronic Vessel Control Inboard Outboard. Port engine Serial # 2003013604. Boat weight 9,760 pounds light ship.Boat and trailer weight 12,660 pounds.Hull number is MUN 004450586. Location address of boat and trailer: Sleeping Bear Dunes National Lakeshore, Maintenance Facility, 12447 Wisniewski Rd., Empire, MI 49630. The NAICS code for this project is 336611, Size Standard in number of employees is 1,000. The magnitude of this project is less than $25,000. This is 100% set aside for Small Business Concerns. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-25, dated April 22,2008, and are subject to the provisions of the Federal Acquisition Regulations (FAR) Part 13. The provision at 52.212-2, Evaluation - Commercial Items is not part of this solicitation. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial items, must be provided with any offer. All the following clauses apply to this acquisition and can be found in full text at http://www.arnet.gov/far : FAR 52.203-5, Convenant Against Contingent Fees; FAR 52.203-7, Anti-Kickback Procedures; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government,Alternate I; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial items with no addenda; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.223-13, Certification of Toxic Chemical Release Reporting;FAR 52.223-14, Toxic Chemical Release Reporting; FAR 52.225-13, Restrictions onCertain Foreign Purchase; FAR 52.225-1, Buy American Act; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contracting Registration; FAR 52.233-2, Service of Protest; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.244-6 Subcontracts for Commercial Items. The point of contact for this solicitation is Tina Spengler, Contract Specialist, National Park Service, tina_spengler@nps.gov, phone: 715-483-2241. All responsible quotes, received by April 16, 2010, 5:00pm CST will be considered. Mail quotes to: MWR Major Acquisition Buying OfficeATTN: TINA SPENGLER401 N. Hamilton St.St. Croix Falls, WI 54024 Facsimile offers will be accepted at (715)483-3288. The Government reserves the right to cancel this solicitation.Vendors must be register on the Central Contractors Registration (CCR) at http://www.ccr.gov and the Online Representation and CertificationApplication (ORCA) at http://www.orca.bpn.gov to be eligible to receive a federal contract. End of Announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q6620100043/listing.html)
 
Place of Performance
Address: Sleeping Bear Dunes National Lakeshore, Empire, MI49630
Zip Code: 49630
 
Record
SN02111694-W 20100404/100402235538-d98fa3cfdee958ab56915dedbea30a35 (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.