Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
MODIFICATION

19 -- Landing-Craft Style” aluminum watercraft, boat motors and trailer

Notice Date
8/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, MRPBS, ASD, Specialized Contracting Branch, 2150 Centre Avenue Building B, MS2E6, Fort Collins, Colorado, 80526, United States
 
ZIP Code
80526
 
Solicitation Number
AG-6395-S-10-0150
 
Point of Contact
Leigh D. Eberhart, Phone: 6123363206
 
E-Mail Address
Leigh.D.Eberhart@aphis.usda.gov
(Leigh.D.Eberhart@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this modificatioin is clairify that each pair of motors are to be included in your quote. The motors WILL NOT be provided by the Purchaser. Description(s): Combined Synopsis/Solicitation to build (3) "landing-craft style" aluminum watercraft for transport of traps, ATV's and other equipment and personnel working on wildlife damage projects located in remote coastal marshes and wetlands that have no road access and located miles from boat launches. This vessel shall be able to traverse large lakes, canals, bays, and other coastal water bodies and have features that make them safe and legal to operate there. (i) This is a combined synopsis/solicitation for commercial services- prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial service contract. (ii) Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is Total Small Business Set Aside. The NAICS code is 336612. The small business size standard is 500 employees or less. (iii) This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Wildlife Service (WS), 1780 Commercial Drive, P.O. Box 589, Port Allen, LA 70767. (iv) The solicitation number for this effort is AG-6395-S-10-0150 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). (v) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ (vi) REQUIREMENTS AND QUANTITIES: This requirement consists of one (1) line item: CLIN 001-three (3) landing-craft style" aluminum watercraft, each having 2 motors and 1 trailer including shipping charges. The following are the work requirements: BOAT SPECIFICATIONS HULL AND FRAME DESCRIPTION Hull and frame will comply with all applicable US Coast Guard regulations including those in USCG 33CFR. All-aluminum construction of hull. The bottom shall be made of ¼" aluminum plate and shall have a 7-foot v-bottom. Hull length will be 24 feet and will have an overall total length (LOA) of approximately 27 feet including motor brackets. Beam width will be 8 feet (approximately 8 ½ feet with rubber bumpers). Total width of boat on trailer shall be legal for transport of boat on trailer on all public roads without need for special permits. Sides will be made of 3/16" plate aluminum and will be approximately 36" high. Sides will have two reinforcement corrugations and have a 1- foot bulwark. Deck will be of 1/8" tread aluminum. Hull will be divided by two bulkheads to create three individual watertight compartments that will be accessible by three readily accessible watertight, quick release oval or rectangular manhole covers of approximately 15" by 24", each. Keel will be made of flat bar aluminum that is 4" by 3/8" or heavier There will be at least four vertical flange plates that run from the hull bottom to the double bottom, approximately 12" high by 2" wide by 3/16" thick, form fitted around and welded to the transverse framing. Transverse framing will be of 3" bulb tee spaced 14 inches apart on center and 2" by 2" by 3/16" spaced on 14 inch centers or equivalent. Transom will be of ¼" plate reinforced with 4" channel. The gunnel will be capped on outside by 3" rubber bumper and inside by 10" wide aluminum tread plate. 18" handrails will be installed on top of bulwark on each side; Access gates with latches to allow movement of personnel from dock to boat floor will be provided on both sides of vessel. Will have a 64" manual-drop bow ramp door with appropriate seals installed. Ramp door will have pinned safety latching mechanism to prevent opening while vessel is underway or if cable on winch breaks. On either side of door will be 3" wide push knees with rubber bumpers. A dual engine motor bracket with flotation chamber will extend out 30" and be fitted for dual 25" shaft outboard motors. An engine guardrail constructed of 2" schedule 80 pipe will be fitted to back. Hull will have four lifting/mooring cleats constructed of 6" by 1" thick aluminum flat bar run through the gunnel caps and welded to side of hull and reinforced for lifting boat out of water. Top of flat bar will have 1" aluminum round welded to form a cleat for mooring rope attachment. Each lifting bar will have a 1" diameter hole for attachment of lifting cables. Upper deck of vessel in front of console will have 8 recessed tie downs (4 on each side) for securing loads with ropes or straps. CONSOLE AND FUEL TANK The console will be located in the center near back and will be approximately 36" wide and 34" tall. An angled tread plate cover to protect all installed wires and cables running above deck will be provided. Console will have a 24" high aluminum framed safety glass windscreen the width of the console. A hard t-top approximately 4' wide by 6" long and capable of mounting instruments will be provided. The captain seat will be an aluminum dry box 24" deep by 40"wide by 16" high with 2" cushion. Fuel tank will be 100 gallons and baffled, to include all marine fuel hoses, containment boxes and USCG labeling. Fuel lines will include inline two way valves, water filters/separators, and will be 3/8" minimum. Fuel gauges, sending units and wiring will be installed with the fuel tank. Deck will have 4 recessed tie-downs on each side for securing equipment in transit. Throttle and steering controls will be installed. BATTERY BOX Two battery boxes for 12 volt deep cycle marine batteries will be installed with deep cycle batteries. Battery boxes will have a 1" by 3/16" aluminum frame attached to the deck and will have a slot through which a battery strap can be passed to secure the batteries. A 4-position battery switch will be installed with all necessary wiring for each battery. Batteries will be installed. BOAT WIRING, ELECTRICAL, AND OTHER ACCESSORIES Console switch panel will contain fused marine rocker switches to wire 3 additional accessories to what is needed for this vessel specification. Vessel will be equipped with all necessary lighting required for night/foul weather and normal operations including side mount salt-resistant bow lights, stern light, including all wiring, fuses, and marine switches installed. All wiring will be run in a manner that it will not become entangled or damaged by normal use of this vessel. Wiring exposed to elements will be run in aluminum conduit when possible. Vessel will be equipped with marine two way radio system installed on console. Vessel will be equipped with integrated marine gps/radar/depth finder unit. Vessel will have a single salt-resistant warning horn installed with fused switch. Two 10 B:C marine fire extinguishers will be installed on brackets. All wiring from console to t-top accessories will be run through aluminum conduit. Two removable 5 pound magnesium anodes will installed so that they can be replaced at a later date. Each watertight bulkhead will be wired for automatic high capacity bilge pumps, which will be also installed and wired to the console switch panel fused switch. Bilge pumps outlets will be equipped with a one way valve that empties to outside. The flotation chamber between boat and motor mounts will also be equipped with bilge pump with one way valve that empties to outside. Vendor will install dual action hydraulic steering system with wheel steering. Trim tabs will be installed and wired to appropriate labeled panel switches. Heavy duty trailer to accept 5% additional weight to account for loaded fuel and items in dry box. Twin 4-stroke outboards, minimum 115 HP, with all accessories/gauges to be installed and wired and tested by vendor. To include appropriate hydraulic jack plates to lift motors installed. BOAT MOTOR SPECS Two, current model 115 hp, minimum, In-Line Four Stroke High Power Yamaha, name brand or equal outboard motors with standard features and the following options: with 25 inch shafts, square multifunction digital tachometer with water pressure and temperature options, digital fuel management gauge, dual engine ignition switch w/lanyard cut off, 4-blade stainless steel prop, control box with dual binnacle throttle rigging including integrated power tilt/trim controllers, remote cables. Counter rotation of prop on second outboard. Each motor shall have a removable corrosion anode installed. All items installed on boat to include all wiring, cables, hydraulic hoses and pumps so that motors and associated controls are ready to use. Equivalent motors acceptable with approval of purchaser. Two, hydraulic lift jacks rated for motors above with all required wiring harnesses, switches and accessories needed for proper independent operation of each, installed. Engine tie bars will be installed. Dual hydraulic steering for Dual Engine Setup above for center mounted console, with all necessary items to make it ready for set up on purchaser's boat. TRAILER SPECS Heavy duty trailer will be provided by vendor and will accept 5-10% additional weight in excess of boat weight to account for loaded fuel and items in dry box. Frame rails shall be I-Beam style to facilitate easy washout of salt water. Representative trailer, provided weight limits and safety are not compromised, may include the: MAGIC TILT ALUMINUM TRAILER MODEL: TALS-28110 16G, TANDEM ALUMINUM; 11,000# NET CARRYING CAPACITY, or Name Brand or equal. STANDARD FEATURES for abov e: *7"1/2" ALUMINUM I-BEAM SIDE RAILS *ALUMINUM DEEP VEE CROSSMEMBERS *3"X5"X7' GALV. TONGUE W/2 5/16" COUPLER W/20K CAP. *2500# TONGUE JACK W/FOOT *GALV. 2"X3"X1/4" AXLES *DACROMET HUBS W/8-LUG W/1'3/4"x1/1/4" H/D BEARINGS *S/S SPINDLE SEALS *6 LEAF 25"1/4"D.E. SPRINGS *GALV. SPOKE WHEELS W/LT245/75R 16g GALV. W/T 8-LUG *S/S BEARING PROTECTORS W/ B/B PLASTIC BRAS'S *DIAMOND TREAD PLATE TEARDROP FENDERS *ALUMINUM STEP PLATES *REAR PVC PLASTIC PIPES W/ GALV. GUIDE ARMS *H/D 2500# 2-SPEED WINCH W/STRAP *H/D 3"X4"X48" WINCH STAND W/ 2 SPEED *4" POLY BOW ROLLER *1/4"X16" VINYL BOW CABLE *40" VINYL SAFETY CABLES *ALUMINUM LIGHT COVERS *HEAT SHRINK WIRE CONNECTORS *L.E.D. LIGHT SYSTEM NEED TO ADD OPTIONS BELOW: *LT245/75R 16G GALV. W/T 8-LUG *SPARE 8-LUG CARRIER W/HUB ASSEMBLY *2 AXLE HYDRAULIC DISC BRAKES [LA. LAW REQUIRES BRAKES ALL AXLES ON ALL 3000# GVRW TRAILERS] *ADJUSTABLE CYPRESS BOW BUNKS *S/S HARDWARE UPGRADE *UPGRADE TO 20K YELLOW WINCH STRAP *TORSION AXLE UPGRADE (viii) All work performance upon completion must be delivered FOB Destination to USDA APHIS WS, 1780 Commercial Drive, P.O. Box 589, Port Allen, LA 70767 by February 28, 2011. The offerors price must include shipping to the FOB destination. (ix)The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (x) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Price; Technical capability including quality of materials; Delivery Schedule and Past Performance. Technical/quality factors, Past Performance and Delivery Schedule together are roughly equal to Price, with Technical/quality being highest of the non-price factors, and Price being the highest factor. (xi) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xii) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xiii) 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 FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (Alternate I) ; 52.219-6 Notice of Total Small Business a Side; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). (xiv) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xv) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 01:00 PM CST, August 31, 2010. Quotes may be sent via e-mail to leigh.d.eberhart@aphis.usda.gov, fax to 612-336-3550 or via mail to above address. (xvi) The point of contact for this solicitation is Leigh Eberhart who may be reached at leigh.d.eberhart@aphis.usda.gov, or phone at 612-336-3206. (xvii) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for the item, CLINS 01 which provides the total price for all work. 2) Signature of the offeror on the page which lists the price. 3) Provide detailed prices for the specific features and equipment. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above. 5) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/MRPBS/AG-6395-S-10-0150/listing.html)
 
Place of Performance
Address: USDA APHIS WS, 1780 Commercial Drive, P.O. Box 589, Port Allen, Louisiana, 70767, United States
Zip Code: 70767
 
Record
SN02255366-W 20100827/100826000152-2ef2557314c4f625c9a5bab7fac3ea59 (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.