Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
SOLICITATION NOTICE

19 -- 2 ea. boats and 2 ea. motors

Notice Date
7/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441222 — Boat Dealers
 
Contracting Office
RCO Fort Wainwright (PARC Pacific, 413th CSB), PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
 
ZIP Code
99703-0510
 
Solicitation Number
WC1SH500200037
 
Response Due
8/6/2010
 
Archive Date
10/5/2010
 
Point of Contact
Tony Maes, (907) 353-7127
 
E-Mail Address
RCO Fort Wainwright (PARC Pacific, 413th CSB)
(tony.maes@wainwright.army.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 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. 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. (ii) This Combined Synopsis/Solicitation is issued as a request for quotation (RFQ) WC1SH500200037. (iii) This Combined Synopsis/Solicitation and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2005-16. (iv) This acquisition is a Small Business Set-aside, Size standards $7.0 Million. The applicable NAICS is 441222. (v) The items requested are as follows: ITEM NUMBER 0001, 2 ea. - length approximately 12-13, beam approximately 5, interior length approximately 9, interior beam approximately 2 1/2, hull weight approximately 150 lbs, 5 person/1500 lbs capacity, separate Air Chambers 4 + keel, Hypalon fabric or better, 5 year factory warranty or better, roll-up aluminum slatted floor with non skid panels, carry bag, full-length rubbing strake, 2 overpressure relief valves, 2 removable/multi-position storage bags, 2 paddles and interior paddle retainers, lifelines, fiberglass transom, minimum 5 carry handles, seat abrasion patches to protect the tubes, minimum 5 carry handles, seat abrasion patches to protect the tubes, minimum 5 tie-down rings, repair kit, owners manual, high-volume foot pump, protective motor clamp plate, self bailer valve in transom. ITEM NUMBER 0002, 2 ea, 4 stoke, 20 HP outboard motor with fuel tank and aluminum propeller and standard necessary fuel lines and operator and parts manuals. ITEM NUMBER 0003 2 ea, additional spare set of paddles, identical to what is standard issue with the boat. ITEM NUMBER 0004 Delivery to 59004, Frontage Road, Fort Richardson, AK 99505-6000. The 52.212-1, Instructions to Offerors, Commercial, applies to this acquisition, along with the following addenda. (ix) Offers will be evaluated using the following evaluation factors, technically acceptable, price and delivery time. The contract will be awarded to the offeror that provides the best value to the government. (x) All offers must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, I) (xi) The clause at 52.212-4, Contract terms and Conditions Commercial Items applies to this acquisition along with the following addenda: 52.219-1, Small Business Program Representations (Apr 2002). All offers must include a completed copy of this provision. 252.204-7004. Required Central Contractor Registration (Nov 2001), 252.212-7001, Contract Terms and Conditions. Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002), the following additional clause(s) cited in this clause are also applicable: 252.225-7001, Buy American Act and Balance of Payments Program (Mar 1998) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7002 Qualifying Country sources as Subcontractors (Dec 1991) (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items applies to this acquisition. The following additional clauses cited in this clause are also applicable: 52.222-21, Prohibition of segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (38 U.S.C. 4212) 52.222-36, Affirmative Action for workers with Disabilities (29 U.S.C. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). 52.225-3 Buy American Act-north Free Trade Agreement Supplies, 252.247-7023, Transportation by Sea and Air (xiii) the full text of clauses and provisions can be accessed at the following web address: http://www.arnet.gov/far. All offers are due no later than 10:00 AM, Alaska Time, 06 August 10. (xvii) For further information contact Tony Maes via facsimile (907) 353-7302, or email: anthony.maes@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2aeadcad4fc2574089fea326b00ba34f)
 
Place of Performance
Address: RCO Fort Wainwright (PARC Pacific, 413th CSB) PO Box 35510, 1064 Apple Street Fort Wainwright AK
Zip Code: 99703-0510
 
Record
SN02221335-W 20100730/100729000051-2aeadcad4fc2574089fea326b00ba34f (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.