Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2011 FBO #3500
SOLICITATION NOTICE

20 -- Purchase and Install One (1) New Outboard Motor

Notice Date
6/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NER - NPNH MABO - National Parks of New York Harbor MABO 210 New York Avenue Staten Island NY 10305
 
ZIP Code
10305
 
Solicitation Number
P11PS41645
 
Response Due
7/5/2011
 
Archive Date
6/22/2012
 
Point of Contact
Linda Richardson Purchasing Agent 7183544527 linda_richardson@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
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) 2005-52. (iii) This solicitation is a total small business set-aside, NAICS 333618, Other Engine Equipment Manufacturing with a small business size standard of 1,000 employees. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. (iv) The Government intends to issue a firm-fixed price purchase order to the responsible offeror whose total offer represents the best value for the Government. Gateway National Recreation Area has a requirement to purchase and install one (1) new two- stroke outboard motor with a horse power rating of 115. (v) LOCATIONS: 1.Pick up location: Gateway National Recreation Area, Floyd Bennett Field, Bldg. 69, Brooklyn, NY 112342.Delivery location: Gateway Marina, Brooklyn, NY (vi) SCHEDULE of SUBMISSIONS: One (1) invoice must be submitted after successful delivery and acceptance. (vii)SCHEDULE: Delivery and installation is required 30 days after contract award. (viii)DOCUMENTS TO BE INCLUDED IN QUOTE: 1.Vendors must submit detail product literature and specifications with their bids2.A firm fixed price quote, provided on the attached bid schedule.3.Three (3) references of the proposed services within the past five years4.Name, phone number, and address of your point of contact. 5.Proof of Central Contractor Registration (CCR) www.ccr.gov (ix) A technically acceptable business will meet or exceed the following criteria:a)The offeror shall demonstrate at least three (3) to five (5) years of successfully completing services of a similar type.b)The offeror shall demonstrate satisfactory performance completing installation of boat engines and all related system equipment. (x) The Government contemplates the award of a single purchase order on a "low-price-technically-acceptable" basis.(xi) 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.(xii)FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.acquisition.gov/far. 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 (b) clauses indicated by number 10, 20, 21, 22, 23, 33, 34, 37, 42, paragraph (c) 1, 2. Applicable Wage Determination - WD 05-2375 (Rev.-11) (xiii)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. (xiv)Offers must be submitted via email to NPNHContracting_BidProposal@nps.gov, to the attention of Linda Richardson, with a courtesy copy sent to linda_richardson@nps.gov. The due date and time is 2:00pm ET on Tuesday, July 5, 2011. (xv)SUPPLIES REQUIREMENTS: The vendor shall supply items that meet or exceed the following requirements listed below:(xvi)STATEMENT OF WORK FOR OUTBOARD MOTORS: The National Park Service, Gateway National Recreation Area, Floyd Bennett Field, plan to procure one (1) new Two Stroke Outboard Motor with Horse Power rating of 115, to be installed on a Maritime Rolled Edge Skiff, Model 2090 dimensions; Length 20'6", Beam 7'6", Draft 10", Cockpit Depth (average) 22", Transom Height 20", Weight (lbs.) 1550. Engine must meet or exceed all current EPA standards for emissions. Engine shall be or the current model year and not "left over" engines from a previous year or engine series or model generation. Engine must be comparable with existing hull details and dimensions. As part of this purchase, the government requires removal of the old engine and all related system equipment, and complete new rigging installed, including binnacle control box, control cables, key panel, main harness, one (1) deep cycle 1000 CA Marine battery, oil tank, new fuel filter and 13 3/4" x 17" stainless steel propeller. Removed items will become the property of the service vendor and will be their responsibility for proper disposal in accordance with all state and federal regulations. All work performed shall be covered by a comprehensive warranty for equipment, parts and labor no less than a 12 month period from date work is completed and accepted by the government. Upon completion of engine installation, vessel shall be placed in navigable waters and a comprehensive test as well as demonstration and instruction performed while a representative from the National Park Service is present. The purchase of the engine shall include the pick-up and transport to vendor location, installation of all required options and delivery to the Gateway Marina in Brooklyn, NY upon completion. All work will be completed within 30 days following acceptance.CONTRACT BID SCHEDULE REQUEST FOR QUOTEOutboard Motor EngineGateway National Park Service, Floyd Bennett Field, Brooklyn, NYSubmit 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: One (1) New Two Stroke Outboard Motor with Horse Power rating of 115. Engine must be compatible with existing hull details and dimensions: Length 20'6", Beam 7'6", Draft 10", Cockpit Depth (average) 22", Transom Height 20", Weight (lbs.) 1550 BASE BID ITEM NO 1: UNIT SUM $ ______________/lot------------------------------------------------------------------------------------------------------------------------------- BASE BID ITEM NO 2: Pick-up, Installation and delivery Pick-up and transport to vendor location and removal of old engine and all related system equipment, complete rigging system installed, including binnacle control box, control cables, key panel, main harness, one (1) deep cycle 1000 CA Marine Battery, oil tank, new fuel filter, and 13 3/4" x 17" stainless steel propeller. 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 the government. Upon completion of engine installation vessel shall be delivered to the Gateway Marina in Brooklyn, NY; placed in navigable waters of Jamaica Bay, New York and a comprehensive test as well as demonstration and instruction performed while a representative from National Park Service is present. BASE BID ITEM NO 2: SUM $ ___________________/lot------------------------------------------------------------------------------------------------------------------------------- Total of Base Bid Item 1Unit Sum = $____________ Total of Base Bid Item 2Unit Sum = $____________ Total Firm Fixed Price $______________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS41645/listing.html)
 
Place of Performance
Address: Gateway National Recreation Area\Floyd Bennett FieldBldg. 69 Brooklyn, NY
Zip Code: 11234
 
Record
SN02480277-W 20110625/110623234714-d29b1136645ec35f0b281dff38eb5f2f (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.