Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SOLICITATION NOTICE

19 -- Recovery Act - Boats w/Trailer & Motor

Notice Date
9/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
R10PS80R21
 
Response Due
9/15/2010
 
Archive Date
9/10/2011
 
Point of Contact
Robert Brackett 3034452442 rbrackett@usbr.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
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 solicitation, R09PS80R19 is issued as a request for quotation (RFQ). The Bureau of Reclamation Project # is 13.000. The applicable Treasury Account Symbol is TAS::14 0681::TAS. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. (iv) This solicitation is a 100% small business set-aside. NAICS Code is 441222, Small business size standard is $7M. (v) This combined synopsis/solicitation is for the following commercial products: 0001: 20-21' Welded Aluminum Boat with Trailer and Motor. Qty 1 each. 0002: 23-25' work boat with motor and trailer. Qty 1 each. 0003: Recovery Act Reporting - Contractor shall report on use of Recovery Act funds under this contract in accordance with 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements (Mar 2010 Deviation). Qty 1 Lump Sum. (vi) Description of requirements for the items to be acquired. 0001: 20-21' Welded Aluminum Boat with Trailer and Motor Boat must meet the following minimum specifications. Welded aluminum hull with center console. Console at a minimum shall include full instrument cluster including tachometer. Fuel gauge, battery, trim (can be all in one gauge or separate) and lockable glove box, windshield. Deep-v hull. Hull shall be foam filled unsinkable. Outrigger style transom, capable of taking 150hp outboard prop-drive. Bilge pump. Storage trays. Running Lights. Built in under floor gas tank(s), 40 gallons minimum, with fuel gauge in dash, installed fuel lines. Installed steering (Hydraulic). Minimum four welded gunnel cleats, bow eye, and stern eyes. Canvas bimini top. Folding or fixed captains style seats for driver and passenger, plus seating for passengers in front of console (either cooler bench or bench style storage seat. Floor space shall be flat and either welded aluminum or other suitable material. Trailer shall either galvanized or powder-coated and include a spare tire. Transducer bracket. Swim ladder or platform. Switch panel with circuit breakers or fuses, and at least 2-12 volt outlets. Installed battery system (single or dual). Built in fish box/livewell. Motor shall be 150 hp fuel injected four stroke with appropriate shaft length for boat and include matching propeller and power tilt and trim. 0002: 23-25' work boat with motor and trailer. Hull shall either be aluminum or fiberglass. If hull is aluminum it shall be painted a light shade preferably white or off white to limit heating in the sun. Boat shall have twin outboard motors mounted to a swim platform style outrigger off the stern. Hull shall be deep v in configuration with a wash off deck. Foam filled under deck and compartment spaces for unsinkable hull. Boat should be set up with a premium placed on open deck space. Requirements are for a center console containing all control hardware including hydraulic steering motor controls gauges, storage etc. Under deck fuel tank, minimum 100 gals. Motors shall be fuel injected 4-stroke with ratings suitable to running a loaded boat. (135 hp min for 23', 150hp min for 25 foot). Motors can be larger than the minimums listed. Trailer can be either steel or aluminum, but will have side rails, dual axles with electric disc brakes for each axle, manual winch and a spare tire. Boat shall have seating for two behind the console, and a bench seat (or cooler insert with pads) for seating aft of the console. Rest of the boat should remain open for equipment storage. At a minimum boat should have the following accessories. Large Sportfishing Console with windshield and storage; 12v DC power outlets; AC power inverter; Horn; Dual batteries; Pedestal Seats with cushions on Above Deck Livewell (30 gals); Raw Water Washdown; Stainless Steel or aluminum Deck Hardware; Anchor Locker on Foredeck; Hydraulic Steering with Stainless Steel Wheel; Accessory Panel; Trim Tabs (hydraulic or electric); Navigation Lights; Cockpit Lighting; Bilge Pump with float switch; Full Transom with twin bracket (w/swim platform & dive ladder receiver) Self Bailing Cockpit with nonskid surface; Hull & Deck Joint Thru-Bolted (S/S Fasteners); Heavy Duty Sport Rub Rail; Flotation Foam; Aluminum or stainless T-Top w/Electronics Box, Canvas or fiberglass top; Cockpit Coaming Pads; Cushions & Grab rails; Enclosures (3 sides); Folding Cockpit Lounge Seat; Insulated Cooler Insert (console fwd seat Leaning Post w/rocket Launcher for Above Deck Livewell; Position indicators for Trim Tabs; Bow Rail; Spreader Light. (vii) Quote shall include all shipping and handling charges to deliver FOB Destination to Bureau of Reclamation, DO Shipping/Receiving. 6th & Kipling Street, Denver Federal Center, Denver CO 80225-0007. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. IAW this provision, offerors shall submit sufficient documentation to demonstrate the proposed product(s) meets or exceeds all specifications stated in Para (vi). (ix) FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. 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. (1) Technical capability of the item offered to meet the Government requirement; (2) Price. Technical capability of the item is significantly more important than price. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable price. The Government reserves the right to make an award to other than the lowest-priced offeror if the superior technical submission or the submission indicating a reduced performance risk, warrants paying a premium. (x) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The web site address is https://orca.bpn.gov/. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items Alternate II applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are b(1), b(3), b(8), b(18), b(19), b(20), b(21), b(22), b(24), b(30), b(33), b(38). (xiii) FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) and FAR 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2010 DEVIATION) also apply to this acquisition. The full text of all incorporated provisions and clauses are available at https://www.acquisition.gov/FAR/ or by request via email to rbrackett@usbr.gov. (xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) Quotes are required to be received no later than 12:00 pm MDT, September 15, 2010 and must include the following: Company name, address phone numbers, DUNS number, Tax ID or Federal ID number, itemized quote. Offerors shall also submit the required technical capability information and past performance information. Quotes shall be delivered via email to rbrackett@usbr.gov. (xvi) Please direct any questions regarding this solicitation to Rob Brackett at rbrackett@usbr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/11426192d9f166b9d41b09138b5f5c18)
 
Record
SN02277430-W 20100912/100911000845-11426192d9f166b9d41b09138b5f5c18 (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.