Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2019 FBO #6259
MODIFICATION

20 -- Air Boat

Notice Date
1/10/2019
 
Notice Type
Modification
 
Contracting Office
10715 Mount Belvedere, Fort Drum, NY 13601
 
ZIP Code
22030
 
Solicitation Number
DESLE1825
 
Response Due
8/10/2018
 
Archive Date
2/6/2019
 
Point of Contact
Name: Christopher Rinard, Title: Admin Officer, Phone: 3157777491, Fax:
 
E-Mail Address
christopher.m.rinard.civ@mail.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is DESLE1825 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 2005-99 with a small business size standard of $32.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-08-10 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13601 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: 18x 8 Air Ranger SAR Rhino edition brand name or equal air boat. Air boat must contain the following specs, marine alloy 5086 hull with 1/4in bottom 1/8in sides including 5 heavy duty 2in by 2in x3/8in t bards and 2 extreme duty 2inx 3in x 1/2in t bars with ice bracing into sides of hull. THREE HEAVY DUTY MID SHIP GUSSETS DESIGNED OUT OF 2 1/2 X 3" I BEAM 29" DEEP SIDES 26" DEEP TRANSOM 1/4 REAR CAGE GUSSETS (FULLY WELDED TOP AND BOTTOM) 3/16 SPLASH TRAY *DOUBLE WELDED HULL DESIGN *ALL ROUGH EDGES WILL BE TIG WELDED 12" SPLASH TRAY NEW FUEL INJECTED, LIGHT WEIGHT 6.8 LITER CYCLONE ALL ALUMINUM RESCUE ENGINE 550 H.P. 416 C.I.D. VARIABLE VALVE TIMING AND ELECTRONIC THROTTLE CONTROL SYSTEM (NOT-SUPERCHARGED) *ENGINE BLOCK HEATER INCLUDED. CH3 2.3:1 BELT REDUCTION UNIT NEW ULTRA QUIET 3 BLADE COMPOSITE WHISPER TIP PROP ALL STAINLESS STEEL EXHAUST SYSTEM WITH STAINLESS STEEL FLEX HOSE AND STAINLESS STEEL BAND CLAMPS HEAVY DUTY STAINLESS STEEL HEADERS HEADERS HAVE A 3/8" FLANGE AFCO, HEAVY DUTY RACING STYLE, ALUMINUM RADIATOR RADIATOR SAFETY SCREEN FOR ICE PROTECTION HAYDEN, HEAVY DUTY. Oil cooler with hoses. 60" foam filled rudders with positive cable steering. Engine stand. Windshield and guard. Boat finish will be aluminum finish with primer and sealant and will have an epoxy painted green stripe. Non ski on deck and rails. Removable swivel seat on front deck. GPS depth finder with transducer. Rear view mirror. HIG light system. Battery charger/ maintainer. 2 step boarding ladder. STAINLESS STEEL WINDSHIELD IN FRONT AND OVER DRIVERS PLATFORM WITH PLEXI ROOF AND SAFETY GLASS FRONT * INCLUDING FRONT WINDSHIELD WIPER. Side steps covered in non skid pain. Full width aluminum dry box with bench seat with two front facing hatches. 6 mini LED lights 4 on cage and 2 on windshield. Armor coating on prop. 4 tie down cleats double welded. 10 red interior led lights. Kevlar protection sheet on hull for use on ice, 1, EA; LI 002: HEAVY DUTY ALUMINUM TANDEM AXLE TRAILER CUSTOM BUILT TO FIT YOUR 2018 MODEL AIRRANGER INCLUDES: PINTLE HITCH STANDARD ROUND 7 POLE WIRE HARNESS SERGE BRAKES ALL WELDED 5" HEAVY DUTY I BEAM FRAME 1500# SWIVEL TYPE FRONT LIFT DOLLY 2800LB 2 SPEED WINCH HEAVY DUTY TORSION FLEX AXLES WITH ACCULUBE SYSTEM COMPLETELY SUBMERSIBLE TAIL LIGHTS INCLUDING MOUNTED SPARE, REAR LOADING ROLLER SYSTEM THAT SPAN THE ENTIRE WIDTH OF THE TRAILER, HEAVY DUTY VERTICLE CUSHIONED GUIDE ROLLERS 1 ™ ABOVE GUNWALE, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. 252.232-7998, Supplier Self-Service Pilot (Deviation 2018-A0001)(DEC 2017) The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions “ Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7998, Electronic Submission of Payment Requests (Deviation 2018-A0001)(DEC 2017); 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. 252.232-7006, Wide Area Workflow Payment Instructions (Deviation 2018-A0001) (DEC 2017) IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an “all-or-nothing ” basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/e41a7f6dfa4d9ff2ac3d72ccb28526cb)
 
Place of Performance
Address: Fort Drum, NY 13601
Zip Code: 13601
Country: US
 
Record
SN05192171-F 20190112/190110230047 (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.