Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2011 FBO #3527
SOLICITATION NOTICE

19 -- RHIB BOAT EQUIPMENT - SEA FORCE 670 - COMBINED SYNOPSIS/SOLICITATION

Notice Date
7/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423860 — Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-11-T-1033
 
Archive Date
7/31/2012
 
Point of Contact
Lisa Alston-Howard, Phone: 757-443-5915
 
E-Mail Address
lisa.alston-howard@navy.mil
(lisa.alston-howard@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Military Sealift Fleet Support Command (MSFSC), Naval Station Norfolk, VA intends to award a firm-fixed price purchase order from the following notice: Solicitation Number: N40442-11-T-1033 is issued as a request for quotation (RFQ) for the USNS HENRY J. KAISER (TAO 187) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-48 effective 30 December 2010. NAICS Code 423860 applies. This is a Small Business set-aside. Test Program for Commercial Items: This requirement will be awarded using the procedures under FAR Part 13.5 Test Program for Commercial Items of the Clinger-Cohen Act of 1996. The following FAR Part 13 Simplified Acquisition Procedures shall be used: Quotes shall be solicited and a purchase order issued to the successful offer who submits the lowest price with acceptable technical and past performance evaluation. Award will be made for all parts. FAR Part 13 Purchase Order procedures shall supersede any contrary procedures set forth or incorporated by reference in this solicitation. Requirement to be acquired: Part Numbers Willard Marine or Equal Unit Acceptable (Must be USCG Approval NO. 160.156/6/1.) End Item Application: Boat, Rigid Hull Inflatable 22FT, Seaforce 670 Manufacturer: Willard Marine Inc. Model #: Seaforce 670 ITEM ITEM DESCRIPTION SPEC NUMBERS QTY 0001. Basic Boat Package : Sea Force 670 I/B SOLAS Inboard Complete with the following standard Equipment: USCG Approval No. 160.156/6/1 WM-670-01 1 EACH Styer 230 inboard diesel engine complete with Hamilton waterjet Self righting system Fiberglass Deck & Hull Aluminum Bow Bit package with Anodizing Upgrade Heavy-duty Aluminum engine Foundations Stainless Steel padded steering wheel Compass Dual lever Control Aluminum Console Grab rails Polyurethane Removable inflatable collar with separate inflation chambers & Pressure Relief Valves, Retro Reflective Tape Doublers in wear areas Deck Bailers Stainless Steel 4-point lift pads for single point sling pick-up Full Length inboard & outboard lifelines Lifting Sling Navigation Lights Searchlight 2 boat paddles w/ pockets Electric horn Triple (3) batteries Battery charger, Losse, Ship Mounted Manual/electric kill switch Audible engine alarm Manual Foot pump Manuals: (1) One 670 SOLAS manual with Engine and Jet manuals. Fiberglass console, engine cover, cushioned seat Vibration Isolator Hydraulic Steering Full Height transom w/ Aluminum transom cap and 2 tow bollards Color: International Orange Lexan Windshield 5 Circuit breakers Painter Fittings, Front and Starboard Heavy-duty rub strakes Aft deck storage box Emergency Tiller 2 Stainless Steel deck cleats ( forward) Non-skid deck Stainless Steel bow eye Radar Reflector Boat Hook, Telescopic Heavy-duty 40 gal. Nominal, Aluminum fuel tank Electric and Manual bilge pump Dual Battery Switch Tach, hour meter, temperature & oil pressure gauges Two 5 lb Fire Extinguishers Tube Repair kit SOLAS Kit USCG/SOLAS Rescue Boat Certificate 0002. Single point lifting frame (Miranda Davit) WM-670S-05 1 EACH 0003. Single Point Offload Release Hook (USCG Approved) WM-670S-06 1 EACH 0004. 90 Day Spare Parts Package *** WM-670S-11 1 EACH 0005. Shipping Cradle and Shrink Wrap WM-670-10 1 EACH Shipping to San Diego, Ca FOB DEST Sea Force 670 I/B SOLAS Rescue Boat Package TOTAL ***(Note: 90 Day Spare Parts Package: A spare parts list should be provided with quote.) The required delivery date for all items listed above is 30 March 2012. The delivery address is: MSC BATS Warehouse, 9284 Balboa Ave, San Diego, CA 92123. Wood Packaging Material (WPM) - Additional Delivery Instructions: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The following FAR and DFAR provisions and clauses apply to this solicitation and are hereby incorporated by reference: 52.203-13 Contractor Code of Business Ethics and Conduct 52.204-7 Central Contractor Registration 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Clauses within 52.212-5 are hereby incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Subcontract Awards 52.219-6 Notice of Total Small Business Set-Aside 52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business program Representation 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; 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 of the Vietnam Era, and Eligible Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. 52.223-18 Contractor Policy to Ban Texting while Driving 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.222-99 Notification of Employee Rights under the National Labor Relations Act 52.247-34 FOB Destination 252-203-7000 Requirements Relating to compensation of Former DoD Officials 252.204-7004(Alt A) Required Central Contractor Registration 252.204-7008 Export - Controlled Items 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252-209.7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252-211-7003 Item Identification and Valuation Alternate I 252-212-7000 Offeror Representations and Certification - Commercial items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items Clauses within 252.212-7001 are hereby incorporated: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7000 Buy American Act Balance of Payment Program Act 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payment 252.243-7002 Request for Equitable Adjustment 252.246-7003 Notification of Potential Safety Issues 252.247-7023 Transportation of Supplies by Sea. The following FAR provisions and clauses apply to this solicitation and are hereby incorporated by full text: 52.233-2 Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed direct with an agency and copies of any protest that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt form Military Sealift Fleet Support Command, N10 Attn: Elloise Hitshew, 471 "C" Street, Naval Station Norfolk, VA 23511. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Addendum to 52.233-2 Service of Protest Interested parties may request an independent review of their protest as an alternative to consideration by the Contracting Officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the Contracting Officer prior to filing a protest. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 11 AUGUST 2011 at 1400 (2:00 PM) local time, Norfolk, VA. LATE QUOTES WILL NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to lisa.alston-howard@navy.mil. Please reference the solicitation number on your quote. N40442-11-T-1033 6. Award will be based on low price with acceptable technical and past performance evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/65252f9b44eeba9d3e61046e627a16ab)
 
Place of Performance
Address: MSC BATS WARESHOUSE, MARK FOR: USNS HENRY J. KAISER N21307-1165-V014, 9284 BALBOA AVE, SAN DIEGO, California, 92123, United States
Zip Code: 92123
 
Record
SN02505391-W 20110722/110721004359-65252f9b44eeba9d3e61046e627a16ab (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.