SOLICITATION NOTICE
19 -- Aluminum maintenance boat - western WA
- Notice Date
- 7/30/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- PWR - NOCA North Cascades NPS Complex 7280 Ranger Station Road Marblemount WA 98267
- ZIP Code
- 80225-0287
- Solicitation Number
- Q9475035146
- Response Due
- 8/21/2003
- Archive Date
- 7/29/2004
- Point of Contact
- Dennis Stanchfield Mtnce. Mechanic Supervisor 360873459012 Dennis_Stanchfield@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 FAR 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. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-13. This solicitation is restricted to small businesses, NAICS 336612, Boat Building and Repairing, with a small business size standard of 500 employees. The National Park Service encourages the participation of disadvantaged and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer is the most advantageous for the Government, price and other factors considered. SPECIFICATIONS: BACKGROUND: This vessel will be used on Diablo Lake, which is located in the North Cascades National Park Service Complex. The vessel's main function will be to transport personnel and gear between the Colonial boat house and the Ross Dam power house (approximately three miles) and the three boat-in campsites located around Diablo Lake. This vessel will normally be moored, outside, in the weather, to an uncovered dock at Colonial Creek Campground. The vessel will be operated in winds of over 40 mph on occasions. The vessel will periodically be beached on rocky shorelines during the workday. When the vessel is beached, personnel will exit and enter the vessel over the bow and sides of the vessel. The NPS mechanic will provide primary maintenance and repairs, either on the lake or at our shop in Marblemount, but major repairs will be done at a commercial service shop. This procurement is for a package that includes designing an appropriate vessel, motor, and trailer package, and providing the vessel and trailer. NPS shall provide and install the motor after the vessel is delivered to NPS. The design shall provide for the motor to be a Mercury brand, four-stroke motor. REQUIREMENTS: VESSEL: The Offeror shall design and provide one manufactured standard production, aluminum maintenance vessel to address the conditions and requirements as identified in these specifications. The vessel shall be designed to carry six persons, seated, with gear. The offeror shall insure that the vessel is designed to remain stable and maneuverable at cruising speed, in high winds, and on seas of up to 3 feet. The vessel design shall address issues of flotation, sound-deadening features, appropriate non-skid surfaces, visibility, provision for towing another vessel, dry storage of supplies, bilge pumps, cleats, tie-downs, lifting points, safety-rails and hand-rails, among other items. The design shall include a center console with windshield. The vessel must be self-bailing or be provided with a sump well and bilge pump, with provision to plug into a trickle charger. HULL: The vessel shall measure approximately 16', maximum, in length. The hull of the vessel shall be constructed of 3/16" aluminum, minimum. This boat will be periodically beached on rocky shores and, consequently, the keel shall be reinforced with a wear plate. The transom shall accommodate a 20"-shaft outboard motor. The designed hull speed shall be no less than 30 mph. The vessel shall be United States Coast Guard-approved with proper capacity plate installed for the hull design. Hull design shall provide steps for entering or exiting vessel as needed. Provision shall be provided for locating, securing, protecting and/or storing two portable fuel tanks for the outboard motor. CENTER CONSOLE: There will be a center console, constructed of aluminum, which will include a steering wheel made of stainless steel, a Teleflex or equivalent steering box, and appropriate cable to accommodate steerage and the NPS-installed motor. The center console will have a tempered glass wind screen mounted with a conventional glass mounting rubber seal. The dash shall be designed to accommodate four gauges, one gauge at 3 3/8" OD, and four gauges at 2" OD. The console and dash shall be designed to provide easy installation, maintenance, and repair of gauges, steering cable, and controls. Instruments will be installed by the government. LIGHTS: Port, starboard, and stern lights, consistent with US Coast Guard regulations, shall be installed with a separate switch. TIE DOWN LINES: A quantity of five Samson Yacht Braid (PN 456020405030) or equivalent 5/16" red tie down lines shall be provided. TRAILER: The trailer shall be appropriate to the vessel and maximum motor size combination. The trailer shall be designed to safely transport the vessel over rough gravel roads, have a pintle type hitch, have a standard Cole-Hersee 7-conductor wiring harness and plug and must be road legal. MOTOR: The contractor shall provide, with their proposal, the recommended minimum and maximum size of four-stroke Mercury motor for the hull design. The government will procure the motor, and install it after taking delivery of the vessel. PROPOSAL SUBMITTALS: Vessel - Offeror shall provide two sets of layout drawing of vessel design, a list of equipment included in the base proposal, a list of additional options available, with prices, and applicable warranties. Provide enough detail to allow adequate evaluation of offeror's proposal. Trailer - Offeror shall identify proposed manufacturer and model, and provide manufacturer's literature, including specification sheet and warranty terms. Motor - Recommended minimum and maximum size (see above). Offeror shall provide, as references, three customers that own and operate vessels with the offered hull design. References shall include company name, contact person, phone number, e-mail address (if available) and physical address. References must be available for contact by NPS. Proposals shall be considered non-responsive if NPS is not able to readily contact references. INSPECTION AND ACCEPTANCE: The government plans to inspect the boat periodically during construction. The contractor must notify Dennis Stanchfield (360-873-4590 ext12) at least one week prior to reaching the following milestones: a) before deck installation, or prior to other areas being made inaccessible for future inspection; b) before final trim out. Two sets of construction drawings shall be provided to NPS, with flotation information, design data, and operations and maintenance manuals for parts, before final acceptance. SCHEDULE: Delivery point is Marblemount, Washington, 98267; FOB destination. Delivery shall occur within 90 days of contract award. CLIN 1 - Vessel, 1 ea @ $____________; CLIN 2 - Trailer, 1 ea @ $____________. Total price for all CLINs $______________. Offerors must review and comply with the FAR provisions/clauses listed below. This information is available on the Internet at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items (The following factors, listed in descending order of importance, will be used to evaluate offers: (1) Overall boat design, including ease of operation, ease of maintenance, and performance; (2) Price; (3) Offeror's past performance/experience for this type of vessel, supported by documentation and references; and (4) Customer service and warranty terms. Factors 1, 3, and 4, when combined, are more important than price.); 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 1, 5, 11, 12, 13, 14, 15, 16, and 23. In addition, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be completed and submitted with your offer. The deadline for receipt of quotes is August 21, 2003, at 4:30 pm. Offers shall be signed by an official authorized to bind your organization. Offers may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum, unit price for each customer line item (CLIN), extended price, prompt payment and warranty terms, contract remittance address, DUNS number, federal tax identification number, name, phone number, and address of your point of contact, a completed copy of FAR 52.212-3, and the proposal submittals described above. Submit two (2) proposals to: U.S. Department of Interior, North Cascades NPS Complex, Attn: Sarah Welch, 7280 Ranger Station Road, Marblemount WA 98267. Questions regarding this solicitation should be directed to Dennis Stanchfield, 360/873-4590 x12.
- Web Link
-
Please click here to view more details.
(http://www.eps.gov/spg/DOI/NPS/APC-IS/Q9475035146/listing.html)
- Place of Performance
- Address: Deliver to Marblemount, WA
- Zip Code: 98267
- Country: USA
- Zip Code: 98267
- Record
- SN00387982-F 20030801/030730224338 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |