Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

20 -- 25' Extended Cabin Boat

Notice Date
3/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
Forest Service - R-10 Tongass National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0116-S-11-0064
 
Archive Date
12/31/2011
 
Point of Contact
A Kay Steffey, Phone: 907-747-4273
 
E-Mail Address
ksteffey@fs.fed.us
(ksteffey@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and FAR 15 as applicable, and 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. The solicitation number is AG-0116-S-11-0064 and is issued as a request for proposal (RFP), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-50. The associated North American Industrial Classification System (NAICS) code for this procurement is 336612 with a small business size standard of 500 employees. This requirement is a [Small Business] set-aside and only qualified offerors may submit proposals. CLIN 001: 1 EA Turn-key 25' Extended Cabin Boat (Parker 2530 Extended Cabin Boat or equivalent), with a twin 4-stroke power package (150 HP Honda-or equivalent), cradled and delivered FOB Ketchikan Alaska 99901 tiny_mce_marker________________________________ New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 452.211-70 Brand Name or Equal. (NOV 1996)(As used in this provision, the term "brand name" includes identification of products by make and model.) (a) If items called for by this solicitation have been identified by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Offers of "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offer (see clause 452.211-71) and are determined by the Contracting Officer to meet fully the salient characteristics requirements listed in the solicitation. (b) Unless the offeror clearly indicates in its offer that it is offering an "equal" product, the offeror shall be considered as offering the brand name product(s) referenced in the solicitation. (c)(1) If the offeror proposes to furnish an "equal" product or products, the brand name(s), if any, and any other required information about the product(s) to be furnished shall be inserted in the space provided in the solicitation. The evaluation of offers and the determination as to the equality of the product(s) offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in its offer as well as other information reasonably available to the contracting activity. Caution to offerors: The contracting activity is not responsible for locating or securing any information which is not identified in the offer and is not reasonably available to the contracting activity. Accordingly, to assure that sufficient information is available, the offeror must furnish as a part of its offer all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the contracting activity to (i) determine whether the product offered meets the salient characteristics requirement of the solicitation, and (ii) establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific reference to information previously furnished or to information otherwise available to the contracting activity. (2) If an offeror proposes to modify a product so as to make it conform to the requirements of the solicitation, the offer shall include (i) a clear description of such proposed modifications and (ii) clearly marked descriptive material to show the proposed modifications. (End of Provision) Salient Characteristics as provided by the fleet manager: 25-foot Fiberglass Extended Cabin Boat with Motors The following specifications are of interest to the government: Material: Fiberglass Stable in rough seas Meet USCG Requirements Length 25' Passenger Seating Capacity-6 Hull Shape: Crowned, reversed chined,tunnel Deep Vee Beam 8.5 Bow Tow-Ring (REINFORCED) Beaching Plate Anchor Danforth "Dead Rise"-21 degrees Pilot House dimensions: 89" Long X 75" wide X 77" Height(inside) Safety Rails Steering - Hydraulic Tempered glass windshield w/ wipers /sliding side windows Lockable Rear Door (NOT SLIDING) Pilot and Co-Pilot Air Ride seat Sealed Self-Bailing Cockpit with scuppers 12 Volt ventilation/defogging fan and interior red/white light Fuel Tank (Minimum capacity)-173 Gal Cleats six, 10" or larger Threaded Drain Plug Horn Anodes on brackets Dual batteries Basic Navigation lighting with appurtenances Electric Bilge Pump(s) automatic or with float switch Dual Electric Windshield Wipers/Intermittent Walking Surfaces painted with non-skid paint Dash for controls, gauges, 3-4 inch compass, power port for high intensity spot light Engines raised fully out of water Installation of Outboard: Twin 4-stroke 150 HP Honda, all necessary controls, gauges, wiring and rigging for "turn-key," IAW engine manufacturer specifications, 25 - 30 inch shafts,with battery parallel switch for dual batteries, and stainless steel propellers Paint anti-fouling black paint on bottom up to 4 inches above water line. No less than five year warranty on design and workmanship for open water operations and customer satisfaction Tachometer, hour meter, fuel gauge, USCG Approved navigational and anchor lights Anchor Windlass Light Rack for Storing Inflatable Raft on Top of Pilot House Waterproof Color GPS/Sounder preloaded with navigational charts for SE Alaska, lighted compass, tachometer, hour (hobbs) meter, fuel gauge, waterproof marine VHF radio, folding antenna, USCG approved navigational and anchor lights. Heater - Kerosene Transducer bracket 452.211-71 EQUAL PRODUCTS OFFERED. (NOV 1996)(a) Offerors proposing to furnish an "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall provide the following information for each offered "equal" product: Contract Line Item Number (if any): 0001 Brand Name or Equal Product identified by the Government in this solicitation: 2530 Extended Cabin Parker Boat Offered Product Name: ________________________________________________________ Catalog Description or part number:___________________________________________________ Manufacturer's Name:________________________________________ Manufacturer's Address:___________________________________________________________________ Brand Name or Equal Product identified by the Government in this solicitation: twin 4-stroke 150 HP Honda Motors Offered Product Name: ________________________________________________________ Catalog Description or part number:___________________________________________________ Manufacturer's Name:________________________________________ Manufacturer's Address:___________________________________________________________________ (b) Offerors are responsible for submitting all additional information on the above product necessary for the Contracting Officer to determine whether the product offered meets the "brand name or equal" product's salient characteristics listed in the solicitation. CCR Requirement - FAR 52.204-7, CENTRAL CONTRACTOR REGISTRATION Offeror must be registered in the (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. ORCA Requirement - FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS - the selected offeror must submit a completed copy of the listed representations and certifications, all offerors must provide a completed copy of Offeror Representations and Certifications - Commercial Items. The provision may be found and printed from www.arnet.gov/far/ or the Company may register on Online Representations and Certifications Application (ORCA) before an award will be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.247-64. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (Jan 1999). (a) 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: Technical capability of the item offered to meet the agency need using product literature, technical features, warranty features and contractor's proposed specifications and drawings Delivery Schedule Past Performance, and Price Technical and past performance when combined, are more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. 52.215-1 INSTRUCTIONS TO OFFERORS--Competitive Acquisition. Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Best Value to the Government. The evaluation shall be based on use of the adjectival scheme as follows: Excellent (E) - Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit; and Unsatisfactory (U) - Not acceptable, not adequate to carry out. FAR 52.215-5 FACSIMILE PROPOSALS (OCT 1997) (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 907-747-4289. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document-- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal. (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timelines, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. The offers are due 25 April 2011 at 3:00 pm Alaska Time. Proposals may also be mailed to USDA Forest Service, 204 Siginaka Way, Sitka, AK 99835. Any questions or comments with regard to the specifications, terms and conditions as stated above are to be addressed through the Contracting Officer A. Kay Steffey, 907-747-4273 ksteffey@fs.fed.us All questions should be emailed with enough time before the offer closing date to allow the answers be posted on this website. Packaging and Marking: Delivery to include shipping before 1 September 11 to the 3031 Tongass Ave, Ketchikan, Alaska 99901. M/F: USDA Forest Service Attn: Rozie Berry at 907-228-4112 please note on waybill to call her to arrange for pick-up or delivery.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/116/AG-0116-S-11-0064/listing.html)
 
Place of Performance
Address: 3031 Tongass Ave, Ketchikan, Alaska, 99901, United States
Zip Code: 99901
 
Record
SN02408094-W 20110326/110324234125-3b47ed08e0da349c45dedabf2bc1a1b9 (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.