Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
SOLICITATION NOTICE

20 -- REFURBISHMENT OF 41 FOOT BOAT - LDQ004305 RFQ

Notice Date
2/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Quantico Contracts Unit, FBI Engineering Research Facility, FBI Academy, Quantico, Virginia, 22135, United States
 
ZIP Code
22135
 
Solicitation Number
11-Q-LDQ004305
 
Archive Date
4/5/2011
 
Point of Contact
Christina R. Sims, Fax: 703-632-8480
 
E-Mail Address
Christina.Sims@fbi.gov
(Christina.Sims@fbi.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
LDQ004305 RFQ PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL 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 in this request. This announcement constitutes the only solicitation. This procurement is being conducted under Federal Acquisition Regulation parts 12 and 13. The Federal Bureau of Investigation is issuing this acquisition as a Request for Quote (RFQ) under solicitation number LDQ004305. This procurement is a SBA Certified Small Business Set-aside under NAICS code 336611 Ship Building and Repairing with a small business standard size of 1,000 employees. STATEMENT OF WORK (SOW) FOR THE REFURBISHMENT OF ONE 41 FOOT BOAT 1. SCOPE Refurbish one 41 ft Boat. Boat will be painted and reinstallation and replacement of all equipment as described in the scope of work. Boat will be operationally tested when completed to ensure all systems operate within parameters. 2. 41 FOOT BOOT 2.1 1979 former U.S. Coast Guard Utility Boat 3. MINIMUM REQUIREMENTS 3.1. Boat yard should be within 6 hours travel time by water. 3.2. Boat can not be trailered and carried over land 3.3. Boat yard must have a minimum of 6 feet of water at the haul out well at low tide (boat has a 4.5 foot draft) 3.4. Boat yard must have at minimum a 50 ton travel lift that can accommodate a 15 foot beam to remove the boat from the water. 3.5. Capability to paint and work on the boat in a climate controlled, enclosed building 3.6. Paint and fiberglass repair capability, to include bottom painting 3.7. Aluminum welding/fabricating capability 3.8. Electrical, plumbing, and diesel repair capability 3.9. Electronics installation and repair capability 3.10. Carpentry capability 3.11. Marine HVAC capability 3.12. Upholstery repair capability 3.13. All work should be done to American Boat and yacht Council standards 4. PERIOD OF PERFORMANCE 4.1. All work to be completed within 60 days of contract award. 5. LOCATION INSTRUCTIONS 5.1 The boat is located at Quantico Marine Base Marina, VA. 6. PRE-PROPOSAL SITE VISIT 6.1 A Pre-proposal site visit is available to all contractors, prior to submitting a proposal. A site visit on Friday, March 11, 2011, at 1:00pm at the Quantico Marina. Pre-register for the site visit no later than 9 a.m. on Thursday, March 10, 2011, by contacting Christina Sims, Contract Specialist, Christina.Sims@ic.fbi.gov. Please provide the company name, a list of attendees (2 per company), and a phone number. 7. WORK TO BE ACCOMPLISHED ON 41 Foot Boat ***The Government retains the right to prioritize and limit work based on availability of Government funding.*** Each task shall be priced separately. 7.1. Prepare boat for refurbishment and haul out 7.2. Replace the Air Conditioning / Heating Unit 7.3. Inspect propeller and shaft (report any findings to POC) 7.4. Re-pack rudder stuffing boxes 7.5. Inspect rudders for deterioration and damage and report findings 7.6. Remove and Reseal all pilothouse and cabin windows 7.7. Replace engine room sound proofing 7.8. De-grease engine compartment bilges 7.9. Service Thru-hull valves 7.10. Install block heaters on both engines (John Deere 8.1 Liter Diesel Engines) 7.11. Reconfigure cockpit dash for new electronics package* (FBI supplied) (exact location to be approved by POC) 7.11.1. Garmin GHP 10 Marine Autopilot System* 7.11.2. Garmin VHF 300 AIS Marine Radio* 7.11.3. Garmin AIS 300 Position Transmitter* 7.11.4. Garmin GXM 51 Satellite Weather Receiver* 7.11.5. Revere 8-Person Off-shore Commander Life Raft with Container* 7.11.6. Revere Off-shore Elite Cradle* 7.11.7. Humminbird 998c SI Combo Chartplotter/Depthsounder* 7.11.8. XPTH 9 HDSI 180 T Plastic thru Hull Transducers* 7.12. Service engine room fire suppression system 7.13. Install 1 110 volt outlet in engine room (exact location to be approved by POC) 7.14. Install 1 110 volt outlet (non-GFI) outside of pilot house (exact location to be approved by POC) 7.15. Resurface cabin flooring (remove existing carpet and replace with non slip, sound dampening flooring) 7.16. Install removable name boards for cabin sides 7.17. Prepare all painted surfaces (interior and exterior) for primer and top coat per manufacturer specifications. Repaint hull, deck, and cabin (hull to be blue, deck to be gray duraliner, pilot house to be gray, and handrails to be blue). All paint specifications and color/shade to be approved by POC prior to painting. Repaint the interior of the cabin using a white marine grade approved by POC. 7.18. Inspect boat hull for deterioration and damage and report findings 7.19. Replace zincs after painting 7.20. Prepare surface/Paint/stencil name on port and starboard side of vessel to meet USCG requirements (name will be supplied by FBI) (Color to be approved by POC) 7.21. Paint/stencil name and hailing port on stern of vessel to meet USCG requirements (Color to be approved by POC) 7.22. Fabricate galley area for refrigerator and microwave *(FBI supplied) 7.23. Repair/Raise helm seats 6" A firm fixed price contract will be made awarded to the responsive, responsible quoter whose quote conforms to this combined synopsis/solicitation and is the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability (2) price and (3) past performance. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the FBI also reserves the right to conduct discussions, if later determined to be necessary. Submission Instructions Responses shall be submitted via electronic submission to Christina Sims at Christina.Sims@IC.FBI.GOV. The due date for responses to this RFQ is on or before March 21, 2011 at 11:00 AM Eastern Standard Time (EST). Responses must be marked as follows: "RFQ LDQ004305." All quotes from responsible sources will be considered. All questions regarding this combined synopsis/solicitation are due by March 16, 2011 at 2:00 PM EST. Questions shall be accepted via electronic mail only. Phone calls will not be accepted. All questions regarding this requirement must be submitted to Christina Sims via email. Quotes shall include a point of contact (including phone number, fax number and email address), contractor DUN's number and TIN number. ALL QUOTES MUST BE VALID FOR 90 DAYS. Award will be made to lowest cost technically acceptable quote. The Contract Officer for this solicitation is Lynda Theisen. Terms and Conditions: Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror- Commercial Items (JUNE 2008); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability, price, and past performance. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (JAN 2011) - Please note: All offerors and prospective contractors must be registered on the online Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. ORCA registration is available through Business Partner Network (BPN) at www.bpn.gov. FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (JUN 2010); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2011) - in paragraph (b) the following clauses apply; 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13 52.232-34. In addition to the above, FAR clause 52.247-34 F.O.B. Destination (NOV 1991) is incorporated by reference. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. The lessor/contractor will agree to insert terms that conform substantially to the language of this clause in all contracts/subcontracts. Central Contractor Registration: The awardee shall be registered in the Central Contractor Registration Database. Full text of the FAR clauses can be found at: http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/ECU15/11-Q-LDQ004305/listing.html)
 
Place of Performance
Address: Quantico, Virginia 22135, United States, United States
Zip Code: 22135
 
Record
SN02389299-W 20110302/110228234407-645f5d945cb9bf6113c5bd034d955c41 (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.