Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
SOLICITATION NOTICE

19 -- 22-24ft Aluminum Pilot House Crew Boat - Similar Boat Pictures

Notice Date
5/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
Forest Service - R-10 Tongass National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0116-S-10-0063
 
Point of Contact
Kim B Toland, Phone: 907-772-5804
 
E-Mail Address
kimtoland@fs.fed.us
(kimtoland@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Similar Boat Pictures 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-0116-S-10-0063 and this solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. This is a small business set-aside with an associated NAICS code of 336612 and small business size standard of 500 employees. The following are this solicitation’s list of contract line item number(s) and items, quantities and units of measure: Line Item 1: One each, Cost Guard approved, 22-24ft. welded deep vee Aluminum Pilot House Crew Boat delivered ready for operation (turn key) with the following characteristics, specifications, and accessories (see attached pictures of similar boat) a.Capable of operation in rough seas with minimal rolling; raised bow, deep vee bottom with estimated 15 degree (stern) dead rise or similar design, and approximately 8½ft Beam, and 8ft Bottom or other design that will yield satisfactory performance. b.Constructed of marine grade welded aluminum, prefer ¼inch hull bottom, and 3/16inch sides. c.Extended transom that will accommodate an engine with a 30 inch shaft. Extended transom must have a splash well, swim steps, transducer bracket, zincs brackets, and mounting bracket to accommodate a 4-stroke 15HP outboard (kicker) with a 25inch shaft. Design must allow outboard motors to be raised out of the water. d.Cuddy cabin with forecastle. The cuddy cabin must be aluminum hard top with hand rails, non-skid walking surface on gunnels to access bow, and arch (or similar design) to accommodate antennas and other electronics. Cabin Length must accommodate seating for six people. Contractor will provide two helm and two bench seats, all seats will be on storage boxes and must have vinyl covered seat and back rest cushions. The bench seats are to be fitted in cabin behind helm seats parallel to starboard and port walls. Cabin must also include; starboard and port glass windows that open from bow toward the stern; interior cabin light; headliner for sound and vibration dampening with mid-ship standing room approximately 79inches high; rear bulkhead with sliding lockable door and three windows one in the door and two off to either side; kerosene fired forced air heater with defroster duct work and accessible fuel tank located in starboard storage bench; dash for controls, gauges, glove box, include mounted 3-4inch marine compass and power port for high intensity spot light; dual windshield wipers with motors; horn. e.Decks must be self bailing with scupper valves and non-skid walking surface, rear deck size must accommodate one ATV. f.Bow anchor locker and bow anchor line roller g.Aluminum integral bow eye and approximately seven, 10inch heavy duty aluminum cleats or similar. h.Safety rails, 18inches high around the bow, and 3inchs high around the rear deck. i.Gunwale inside storage trays j.Port Gunwale access panel for loading and unloading ATVs with no less than a 52inch opening. k.Threaded drain plug l.Dual batteries, battery switch, battery boxes and brackets, within stern locker/s m.Basic navigational lighting and appurtenances n.Electric Bilge pump o.Electronic trim tabs p.Minimum 100 gal. Fuel tank remote fuel filter and mechanical fuel gauge q.Foam or Sealed Air Tank floatation r.Paint anti-fouling black paint on bottom up to 4 inches above waterline. s.No less than five year warranty on design and workmanship for open water operations and customer satisfaction. Line Item 2: One each appropriate sized (estimate 200-250hp) 4 stroke Outboard Motor. Only engine manufacturers with qualified and certified service representatives in Wrangell Alaska will be accepted. Include with quote resume of servicing mechanics that describes: Vendor who will provide engine service Name(s) of servicing technician Years of employment, include company name, working on outboards motors Formal training on outboard motor servicing and repair Manufacturer training and service certifications Line Item 3: Installation of outboard procured by Line Item 2, including all necessary controls, gauges, rigging and batteries for turn key operation in accordance with engine manufacturer’s specifications. Line Item 4: Shipping and handling of all items to Wrangell, Alaska 99929. There is no Boat Trailer included in this package. The date for delivery is March 1, 2011. Shipping terms are FOB Wrangell Alaska. The provision “52.212-1 Instructions to Offerors—Commercial Items” applies to this acquisition. The provision “52.212-2, Evaluation-Commercial Items”, applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: 1.Technical Factors: the degree to which the proposed craft meets the outlined requirements. Include catalog cut sheets, photographs or other written information sufficient to establish whether the item quoted meets the specified requirements. 2.Hull Design Past Performance. Submit information establishing capability of open water operations and customer satisfaction. 3.Price. Evaluation criteria (1) and (2) above in combination are roughly equal in importance to price. All offerors must provide a completed copy of “52.212-3, Offeror Representations and Certifications – Commercial Items”. The provision can be obtain from this website: https://www.acquisition.gov/far/index.html FAR Clause “52.212-4, Contract Terms and Conditions – Commercial Items” applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. FAR Clause “52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items” (APR 2010). The following clauses are selected as applicable to the acquisition. (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (31)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (iii) Alternate II (Jan 2004) of 52.225-3. (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (L) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in The date, time and place offers are due is June 7, 2010 at 2:00 pm Alaska Daylight Savings Time. Quotes may be faxed to 907-772-5894, emailed to kimtoland@fs.fed.us or mailed to US Forest Service Contracting, PO Box 309, Petersburg, AK 99833. Send questions for more information to Kim Toland at email kimtoland@fs.fed.us, (907)772-5804.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/116/AG-0116-S-10-0063 /listing.html)
 
Place of Performance
Address: Wrangell Ranger District, Wrangell, Alaska, 99929, United States
Zip Code: 99929
 
Record
SN02150535-W 20100516/100514235442-cb3c415663313152fdc800601b327990 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.