Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
SOLICITATION NOTICE

19 -- 21 Foot Foward Console Comercial Grade Aluminum Skiff

Notice Date
7/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
 
ZIP Code
00000
 
Solicitation Number
140F0718Q0036
 
Response Due
8/9/2018
 
Archive Date
8/24/2018
 
Point of Contact
Miller, Randall
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial goods and is prepared in accordance with the format in FAR Subpart 12.6 (as supplemented with additional information included in this notice.) This announcement constitutes the only solicitation. A separate written solicitation will not be issued. The solicitation number is 140F0718Q0036 and is issued as a request for quotation (RFQ). This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) #2005-99, effective 15 June and 16 Jul 2018 This requirement is a 100% small business set aside. The North American Industrial Classification System (NAICS) number is 336611 Ship Building and Repairing and the business size standard is 1250 employees. Quotes or questions shall be submitted via e-mail to Randall Miller at randall_miller@fws.gov and shall include the solicitation number140F0718Q0036 in the subject line. This solicitation closes 1700 Eastern daylight time 8/9/2018 The U.S. Fish and Wildlife Service has a requirement for: 21' Aluminum Skiff Forward Console with walk-through windshield, 150 Honda OB and tandem axel trailer FOB destination, Lodi Ca BOAT 21' Forward Console with walk-through windshield Aluminum Skiff with Self-Bailing, Non-Skid Deck, and Off-Shore bracket, constructed for commercial use. Forward Console Station with Hydraulic steering, w/ right hand mounted throttle/shift control Powder Coated interior and gunwales. Length 21 feet. Beam of 102 inches. Side Height of 36 inches Deck Width 79 inches. Deadrise of 18 degrees/ 50 degree bow. Reinforced Keel. Bottom thickness of 0.190 inches min - Marine Aluminum. Side thickness of 0.125 inches min - Marine Aluminum. Transom thickness of 0.190 inches min ¿ Marine Aluminum. Anti-Fouling Bottom Paint. Off-Shore Bracket for Single Engine Application. Box Girder Thickness of 0.160 inches min. Four (4) Lifting Strakes. Fifty to Seventy five (50-75) gallon fuel capacity. Foldable, Heavy Duty SS Frame Bimini. Rubber Rail Guard Three (3) Welded Cleats and 2 Deluxe Pop-up Large SS Cleats. Diamond Plating at bow sides. Stand-Off channels/plates on each side at stern (2 rows of 6" long). Center Pylon Receiver w/ Tow Bitt (single cross-pin) at Transom. Non-skid welded self-bailing deck with a non-glare finish. Bow deck with non-skid finish with lockable compartment hatch. Gunwale storage trays with weep drains. Two 2000 GPH Bilge pumps w/ Auto Float switch. (3-way rocker - on/off switch located on dash panel). Two flush mounted 12v receptacles. Two (2) Group 31 Marine batteries w/ 4 position battery switch, mounted and housed in non-conductive cases. Navigation lights - Removable post type at bow and stern. California Boating Law and U.S. Coast Guard required safety equipment installed, i.e., Mounted Fire Extinguisher, Type IV Throwable PFD, Horn, and any other safety features. Two transom towing eyes. Large transducer mount flanges on both sides of transom. ELECTRONICS Lowrance HDS9 GPS with total-scan,and standard transducers. Lowrance 4G Radar. Hard wired VHF Maine Radio. ENGINE Honda, 150 H.P. four cycle outboard engine with spare 3 blade propeller, with full instrumentation installed by builder. Both installed propeller and spare are to be aluminum. TRAILER Welded, Galvanized, Tandem axle trailer. 14 or 15 inch tires and wheels. Disc Surge brakes on both axels. State of California Department of Transportation approved LED lighting. UHMW bunks and Side Guides. Lockable spare tire. Delivery location is 850 S Guild Ave, Lodi, CA, 95240 Please submit your quote on the attached SF-1449 or company letterhead with all pertinent point of contact information including DUNS No., and business size/type. In addition, your quote should provide a proposed delivery schedule, unit price and total price. No formal format is required as this is a combined synopsis/request for quote solicitation. Prospective contractors shall be registered in the SAM database https://www.sam.gov/ prior to award of a contract. The following provisions and clauses apply to this acquisition 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 website farsite.hill.af.mil FAR 52.212-1, Instructions to Offerors - Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) (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 solution offered satisfying the governments requirements in terms of quality, usability, safety and Reliability Cost/price Past performance (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance FAR 52.212-3, Offeror Representations and Certifications FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: including 52.204-10 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50 52.222-55, 52.225-152.225-13, 52.232-33. USFWS R7 Environmentally Preferable and Energy-Efficient Products and Services Policy Whenever cost effective, the contractor should provide products and/or services that are energy efficient, promote water conservation and are bio-based. The use of nonhazardous and recovered materials is encouraged. All questions regarding the subject synopsis/solicitation shall be directed to the attention of Randall Miller via email: randall_miller@fws.gov or telephone: (907) 786-3466. Additional document information and attachments may be available and can be accessed at the FedConnect link under the "Additional Info" heading. Click "Public Opportunities" and search by using the reference number 140F0718Q0036 to find any documents related to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0718Q0036/listing.html)
 
Record
SN04994406-W 20180719/180717230821-df62da49d58a26387828ffa046c1aa6c (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.