Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

N -- Purchase and Installation of Two (2) Outboard Motors at Fort Tilden, Rockaway, Queens, New York.

Notice Date
8/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NER - GATE Gateway National Recreation Area HQs GNRA210 New York Avenue Staten Island NY 10305
 
ZIP Code
10305
 
Solicitation Number
Q3972100249
 
Response Due
9/3/2010
 
Archive Date
8/23/2011
 
Point of Contact
Jose Valencia Purchasing Agent 7183544547 Jose_Valencia@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
(i) 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 RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. (iii) This solicitation is 100% Total Small Business set-aside with a business size standard of 1,000 employees. The NAICS code is 333618, Other Engine Equipment Manufacturing. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. (iv) The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer represents the lowest price, technically acceptable for the Government. Gateway National Recreation Area has a requirement to purchase and install two (2) outboard motors on location. (v) LOCATION: Gateway National Recreation Area, U.S. Park Police Marine Unit, Beach Channel Drive 169th Street, Intersection of Rockaway Point Blvd. and State Road (approximately 500 feet from the exit of the Marine Parkway Bridge, turn right on first stop light on State Road to the loading dock area), Ft. Tilden, Rockaway, New York 11695.(vi) (a)SCHEDULE of SUBMISSIONS: One (1) invoice must be submitted after successful delivery and acceptance.(b) SCHEDULE: Delivery and installation is required 60 days after contract award. (c) DOCUMENTS TO BE INCLUDED IN QUOTE: 1. A firm fixed price quote, using the attached bid schedule.2. Three (3) references of the proposed equipment delivered within the past three (3) years.3. Name, phone number, and address of your point of contact. (vi) The Government contemplates the award of a single purchase order on a "low-price-technically-acceptable" basis. (vii) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(viii) FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.acquisition.gov/far. FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (a) clause indicated by number 3; paragraph (b) clause indicated by 8, 18, 19, 20, 21, 22, 24, 25, 31(i), 33 and 38. (ix) The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. In order to receive the award, vendor must be registered at http://www.ccr.gov. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the right to cancel this solicitation.(x) Offers must be submitted via email to NPNHContracting_BidProposal@nps.gov to the attention of Jose Valencia. The due date and time for receipts of quotes is 3:00pm ET on September 3, 2010. Any questions regarding the solicitation should be directed to Jose_Valencia@nps.gov. Telephone calls will not be accepted.(xi) SUPPLIES REQUIREMENTS: The vendor shall supply items that meet or exceed the following requirements listed below:STATEMENT OF WORK (SOW) for OUTBOARD MOTORSThe United States Park Police (USPP), U.S. National Park Service (NPS), plan to procure two new Four Stroke Outboard motors to be installed on a 1999 26' "Glacier Bay Canyon Runner" Fiberglass Catamaran with a center console. These motors will replace the existing 150 hp motors that are currently on the vessel in non-working condition. 1.1 Background Over the past 6 years the vessel has been on a trailer with extensive engine damage at the unit's facility in Rockaway, Queens, New York. The motors that came with the vessel proved to be troublesome from the very beginning and kept the boat out of service for long periods of time while being repaired under warranty. The warranty only covered one year and after years of constant repairs, the government took the vessel out of service in 2004. 1.2 Scope of Work The Government is seeking to purchase two (2) new four (4) stroke outboard motors, brand name Yamaha F150 or equal, with a maximum Horse Power rating of 150 and no less than 140 to be installed on this vessel. Engines must meet or exceed all current EPA standards for emissions. One motor must be counter rotating (port engine shall rotate counter-clockwise and starboard will rotate clockwise). Engines shall be of the current model year and not "left over" engines from a previous year or engine series or model generation. Weight is a factor, so this will be an important consideration. Seek to have the best power to engine weight ratio (0.31 pounds/per HP). Each engine must weigh less than 470 pounds. As part of this purchase, the government seeks to have the old engines removed, and complete new rigging system installed, including dual binnacle control box, control cables, dual key panel, main harnesses, twin engine command link gauge kit, two (2) deep cycle 1000 CA Marine batteries, new fuel filters, and stainless steel propellers to match. All equipment removed from the vessel shall be returned to the U.S. government. All work performed shall be covered by a comprehensive warranty for equipment, parts and labor for no less than a 12 month period from date work is completed and accepted by government. Upon completion of engine installation, vessel shall be placed in navigable waters and perform a comprehensive test while a representative from USPP is present. The purchase of the engines shall include installation of all required options and delivery to the USPP Marine Unit Facility in Rockaway, Queens, New York. CONTRACT BID SCHEDULE REQUEST FOR QUOTEOutboard Motor EnginesUSPP, Rockaway, Queens, New York Submit bid for all items: Failure to do so may render the bid non-responsive. Refer to definition of bid items for the bid item descriptions. BASE BID ITEM NO 1: Two (2) new four (4) stroke outboard motors, brand name Yamaha F150 or equal, with a maximum Horse Power rating of 150 and no less than 140. Engine weight ratio (0.31 pounds/per HP). Each engine must weigh less than 470 pounds. BASE BID ITEM NO 1: UNIT SUM $ ____________________/Each-------------------------------------------------------------------------------------------------------------------------------BASE BID ITEM NO 2: Removal of old engines, complete new rigging system installed, including dual binnacle control box, control cables, dual key panel, main harnesses, twin engine command link gauge kit, two (2) deep cycle 1000 CA Marine batteries, new fuel filters, and stainless steel propellers to match. All equipment removed from the vessel shall be returned to the U.S. government. All work performed shall be covered by a comprehensive warranty for equipment, parts and labor for no less than a 12 month period from date work is completed and accepted by government. Upon completion of engine installation, vessel shall be placed in navigable waters and perform a comprehensive test while a representative from USPP is present. BASE BID ITEM NO 2: SUM $ ________________________/Lot-------------------------------------------------------------------------------------------------------------------------------BID ITEM NO 3: Delivery to the USPP Marine Unit Facility in Rockaway, Queens, New York. BASE BID ITEM NO 3: SUM $ ________________________/Lot------------------------------------------------------------------------------------------------------------------------------- Total of Base Bid Item 1 2 Each X $_____________/Each = $_________________ Total of Base Bid Item 2 $__________________/Lot Total of Base Bid Item 3 $__________________/Lot Total Firm Fixed Price $___________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3972100249/listing.html)
 
Place of Performance
Address: Gateway National Recreation Area, 210 New York Avenue, Staten Island, New York 10305
Zip Code: 103055019
 
Record
SN02251696-W 20100825/100823235658-486c9592269b8fda19ddab5f877d16a6 (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.