Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOLICITATION NOTICE

19 -- Surface Drive Mud Craft

Notice Date
7/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of the Navy, Naval Special Warfare Development Group, Naval Special Warfare Group Four, 2220 Schofiled Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-10-T-0010
 
Archive Date
8/18/2010
 
Point of Contact
Mary Tuttle, Phone: 757-763-4407, Ruby Phillips, Phone: 757-763-4432
 
E-Mail Address
mary.tuttle@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil
(mary.tuttle@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Request Quotation number is H92242-10-T-0010. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-29, dated 19 January 2009 and DFARS Change Notice 20090115. The DPAS Rating for this solicitation is DO. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 336612, the Small Business Standard size is 500 employees. This requirement is 100% small business set aside. The Naval Special Warfare Group 4, 2220 Schofield Road, Virginia Beach VA requests responses from qualified sources capable of providing: CLIN 0001 Mud Boats Style Craft, four (4) each with Twin 30HP Outboard Motors built to required specifications specified in the attached statement of work. CLIN 0002: Spare Parts Kits Five (5) each, items identified in the statement of work. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.203-3 Gratuities (Apr 1984), 52.204-7 Central Contractor Registration (Apr 2008), 52.203-6 ALT 1 (Oct 1995), Restriction on Subcontractor Sales to the Government (Sep 2006), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation)(Oct 2008). The following clauses are applicable to this solicitation: 52.222-26 Equal Opportunity (May 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2001), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003,) 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004) 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007)(Deviation), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), 252.232-7003 Electronic Submission of Payment Requests (May 2006), 252.225-7001 Buy American Act and balance of payments program Jun 2005), 252.243-7001 Pricing of Contract Modifications (Nov 2005)and 252.211-7003 Item Identification and Valuation (Aug 2008).The following FAR clauses also apply: 52.202-1, 52.203-11, 52.203-12, 52.204-4, 52.209-1, 52.209-5, 52.209-6, 52.211-14 52.219-6, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-50. 52.225-13,52.252-1,52.225-5. DFARs 252.209-7001, 259-209-7004, 252.225-7001, 252.225-7012, 252.226-7001, 252.232-7010, 252.243-7002, 252.247-7022, 252.247-7023. SOFARS: 5652.204-9000, 5652.233-9000, 5652.237-9000. Quoters shall include the quoter's price for each part listed in this synopsis. All clauses will be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. (a) The Government will award a 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: The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provide the lowest cost to the Government. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 200 PM hours (Eastern Standard Time) on 03 Aug 2010. All questions shall be sent to the Contracting Officer, Ruby Phillips at (757) 763-4432 or email ruby.phillips@nsweast.socom.mil SPECIAL BOAT TEAM TWENTY TWO COMBATANT CRAFT, SURFACE DRIVE MUD BOATS STATEMENT OF WORK BACKGROUND: In support of the Global War on Terrorism Special Boat Team Twenty-Two must be able to operate crafts in forward and reverse positions in mud, 2" shallow water, marsh land and swamp terrain. SCOPE OF WORK: This statement of work identifies the craft and components that will allow Special Warfare Combatant Craft (SWCC) crewmen to access swamp and marshland areas currently inaccessible by craft in SBT-22 inventory. Contractor will procure equipment, tools, material and personnel to build/assemble four craft for SBT-22. Contractor will verify craft performance and components for precision with SBT-22 contact. SBT-22 contact will be responsible for the transportation of all crafts to SBT-22 command. CAPABILITIES: Surface drive mud crafts is envisioned as an essential step in contributing to the success of future Special Operations by helping gain, sustain and exploit riverine navigation supremacy, thereby ensuring US and Coalition Forces access to critical tributaries and wetlands around the world while extending combat reach. Crafts will require little or no maintenance other than pre-operational and post-operational checks. Crafts will emphasize safety of personnel on board in a high shock operational environment, effective use and operation of installed equipment, accessibility of systems for operation and maintenance, stowage and accessibility of payload and outfitting, situational awareness, and anthropometric accommodation. DEVELOPMENT, MANUFACTURING AND SUSTAINMENT: Contractor will develop deliverables consistent with the statement of work. Contractor will provide necessary information to assure SBT-22 visibility into all aspects of the crafts program including cost, schedule, performance, design and status reports. Provide documentation that supports operation, preservation, corrosion control, maintenance, troubleshooting, repair, configuration management and audits, parts identification and ordering, and pre- and post-operation tasks for craft and trailer is required. Engineering and administrative support will be required on an as needed basis. This support will included but not limited to participating in acceptance testing, failure analysis, engineering changes and hosting and documenting meetings. Contractor will provide but not limited to the following materials and equipment for each craft: EQUIPMENT & MATERIALS •· (4) 20'x60" Pro-Drive Crafts with 21" Sides •· (4) 54" Extended Deck •· (4) 20'x60" Hydro Turf •· (64) D-Rings •· (4) Brackets, Trolling Motor •· (4) Plug, Trolling Motor •· (8) Plug, Accessory •· (4) Pump, Regular Bildge with Bracket •· (8) Rock Guard •· (8) Water Traps •· (12) Seat Base 7"x7" Pedestal •· (8) Push Pole •· (8) Cover, Motor/Control Box 36 hp •· (4) Cover, Console •· (4) Pop-Up Blind Grass •· (4) Console, Center •· (4) Camo Paint, Grass Style •· (4) Dual 36 HP Pro-Drive Long Shaft •· (4) Kit, Remote Steering - Dual •· (8) Reverse Kit, Van Auto Remote Steer •· (4) Factory Rigging •· (8) Motors •· (4) Trailers •· (4) Motor, 36 HP RSR Pro-Drive LS •· (4) Reverse Kit, Van Auto Remote Steer •· (4) Box, 54" Multi-Position Seat/Gun SPARE PARTS KIT •· (5) Clutch Assembly •· (5) Switch, Push / Pull Clutch •· (5) Switch, Key •· (5) Switch, Momentary Clutch •· (5) Prop, 36 HP •· (5) Sleave, Prop Tapered •· (15) Seal, Rear (Sup) •· (5) Switch, Rocker GENERAL PROJECT COORDINATION AND ADMINISTRATION Contractor will have eight weeks once contract is awarded to complete all work and have crafts ready for SBT-22 to pick up. Contractor will coordinate with SBT-22 contact a date and time to review placement of equipment on each craft. CONTRACT TYPE: This is a fixed price, one time contract for crafts, equipment, labor, taxes, and all applicable fees. PROJECT COSTS: Contractor will provide price breakdown and final cost per boat. Bid to include all applicable fees. QUALITY CONTROL: Contractor will provide a one year warranty for all crafts & labor. Contractor will provide minimum one year warranty for all procured components. Warranty Guide will include all components and service information that is and is not covered. Warranty Guide to include detail contact and phone information for all manufactured items that Contractor will not cover.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/N47898/NSWGF4/H92242-10-T-0010/listing.html)
 
Place of Performance
Address: Special Boat Team Twenty Two, Stennis Space Center, Mississippi, 39529, United States
Zip Code: 39529
 
Record
SN02211958-W 20100722/100720235452-47fe0c57ad923de2e7637db7f006f420 (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.