Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2010 FBO #3173
SOLICITATION NOTICE

19 -- BOAT Twenty-Two Foot

Notice Date
7/31/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - HAVO Hawaii Volcanoes NP PO Box 52/One Crater Rim Drive Hawaii National Park HI 96718
 
ZIP Code
96718
 
Solicitation Number
N889610O012
 
Response Due
8/31/2010
 
Archive Date
7/31/2011
 
Point of Contact
Traudel L. Haney Contracting Officer 8089856007 Traudel_Haney@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
N/A
 
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. Solicitation Number N889610O012 NRM Boat is issued as a request for proposal (RFP). Solicitation Number N889610O012 incorporated provisions and clauses are those in effect through Federal Acquisition Circular includes Amendments for FAC 2005-35 Effective on or before July 15, 2009. This Solicitation Number N889610O012 is unrestricted. The NAICS code is 336612; small business size standard is 251- 500 employees. The National Park Service encourages the participation of small, disadvantages, and women-owed businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror. Award of any purchase order resulting from this solicitation will be made to the responsible offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. The Government reserves the right to make award without further discussion. REQUIREMENTS: All boats submitted will comply with or exceed all USCG and National Marine Manufacturing Association Certification Standards. Trailer Specifications will meet industry or DOT standards. Specifications for Boston Whaler Guardian Boat - Unsinkable Hull; Console with Storage Area, Dome Light, Windshield, Grab rail, Hydraulic Steering, bow storage locker with cover, in deck dow storage with drain & pump, navigation lights, trim tabs, electric with indicators, fire extinguisher, 75 gallon fuel tank, 10 yr warranty on hull, lifting eyes, lifting sling set w/load test and certification documentation, extra heavy duty rubbing strakes 1 per side,, stern spashwell bulkhead, springline cleats (2), heavy duty welded console with canvas cover for console, 4 stroke engines (2),engine pre rig without gauges, fuel/water separator ; multi function tachometer, multifunction speedometer, Aluminum props, spare prop kit, secure prop compass, ritchie navigator (flush mount); flush mount strobe with built in siren and AMP/Blue; canvas mooring cover, diver tank rack for 3 bottles, removable track style divers tank rack for 6 bottles, rescue rails (pair) floor matting; optimum engine starting battery, 12 volt outlet, VHF radio, ICOM IC -M604 with DSC(or equal)Triducer, TRAILER Specifications: Heavy duty aluminum trailer with Torsion axles, includes spare tire and carrier 2" Ball size QUANTITY: 1 EACH Boston Whaler Guardian Boat Twenty-two (22) FOOT- Brand Name or Equal applies to this procurement. WARRANTY: Offerors shall submit their product's standard warranty for government review. All warranty shall be included with responses. Services provided to this warranty and where in relation to the Island of Molokai the vehicle would be services should the need arise. DELIVERY: FOB Destination Kalaupapa National Historical Park, 7 Puahi Street, P. O. Box 2222, Kalaupapa, Hawaii Island of Molokai 96742. Include within your responses the delivery period for the Island of Molokai. PROVISIONS AND CLAUSES: The following provisions and clauses are applicable to this acquisition and are available at http://acquisition.gov/far/index.html. FAR 52.212-1, Instructions of Offerors-Commercial Items, FAR 52.231-2 Evaluation-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.323-33 Payment by Electronic Funds Transfer- Central Contractor Registration. FAR 52.222-3 Convict Labor; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities, Commercial Items52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) and 52-228-70, Liability Insurance, 52.211-6 Brand Name or Equal.. 52.225-1 Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).52.222-50 Combating Trafficking in Persons.52.225-13 Restrictions on Certain Foreign Purchases.PROHIBITION ON TEXT MESSAGING AND USING ELECTRONIC EQUIPMENT SUPPLIED BY THE GOVERNMENT WHILE DRIVING: Executive Order 13513 Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving. As prescribed in Federal Leadership on Reducing Text Messaging While Driving. Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving (Oct, 2009)This Executive Order introduces a Federal Government-wide Prohibition on the use of text messaging while driving on official business or while using Government -supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on the behalf of the government. Kalaupapa National Historical Park is a remote Park located on the Island of Molokai. This requirement shall be coordinated with technical discussion directed toward Mr. Eric Brown at (808) 567-6802 Ext 1502.. Point of contact for ALL Contract / Solicitation is Traudel Haney (808) 985-6007. All correspondences shall be addressed only via email and shall include the SOLICITATION NUMBER N889610O012 NRM Boat within the subject line: Response date will be August 31, 2010 at 2:00 p.m. HST email RFP to Traudel_haney@nps.gov.Provide cover letter with TIN and DUNS numbers. The Government anticipates award of a firm-fixed price contract on or before September 6, 2010. CCR requirement - Company must be registered on Central Contractors Register (CCR) before an award is made. Register at www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N889610O012/listing.html)
 
Place of Performance
Address: Kalaupapa National Historical Park Island of Molokai
Zip Code: 967420040
 
Record
SN02224738-W 20100802/100731233236-58f3f985f57ab99a7950a3bab99b36e1 (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.