Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2006 FBO #1507
SOLICITATION NOTICE

19 -- Three shallow-draft outboard jet boats and trailers

Notice Date
1/9/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
U S GEOLOGICAL SURVEY, APS PO BOX 25046, MS204B DENVER FEDERAL CENTER DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
GSCR060028
 
Response Due
1/20/2006
 
Archive Date
1/9/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations Subpart 12.6, as supplemented with additional information included in this notice. This acquisition is being conducted using simplified acquisition procedures under the test program for certain commercial items at FAR 13.5. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Any amendments to this solicitation will be placed only in the FedBizOps. (ii) This solicitation is being issued as a Request for Quotation. (iii) The solicitation document applies and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-05. (iv) The NAIC Code is 336612 and the Size Standard is 500 employees. This is a fixed price type contract. (v) The following is a list of contract line item numbers (CLIN), quantities and units: CLIN 0001 quantity of three (3) shallow-draft outboard jet boats and trailers for river surveys; CLIN 0002 Option 1 with full canvas top; CLIN 0003 Option 2 with canvas/hardtop combination. Offerors shall offer a fixed unit price and a fixed price for the total quantity. (vi) Requirement minimum specifications are as follows: Boat: All welded aluminum boat, with walk-through windshield, with door at least 31" wide; Length: 20 - 21 ft, beam: 98 - 104", side height: 28 - 30", bottom width: 70-74"; Squared-off bow (see sketch); Weight with engine, no more than 1750 pounds; Bottom to have 15 degree deadrise at bow, 10 degree dead rise through planing surface with jet tunnel engineered specifically for the jet drive at transom; Gauge of bottom metal: 3/16", gauge of side metal: 1/8"; Lowered self bailing work deck in front of windshield; Four stroke outboard jet engine with stainless steel impeller, 150 HP (at least 100 HP rating at jet pump, @ 5500 rpm). Power tilt and trim; Four-stroke "kicker" engine, w/ prop drive, remote power tilt, 15 HP, steering connector, separate throttle; shaft length appropriate for transom height; Built-in under-floor fuel tank, at least 40 gal. Foam installed under deck where possible for enhanced flotation; Power source switch panel, switches, and breakers; Navigation lights, fuel gauge, trim gauges (main engine and kicker), tachometer (main engine only), horn, hour meters (one for each engine), headlights, windshield wiper; Dashboard console with gauges, steering wheel, and lower shelf, 6" deep (half depth for leg room), 22" wide, with lip, 3/8 - ?" high. Top of dashboard should be flat, at least 10" deep; Under-deck storage; Gas-water separator; Battery with box and aluminum base. Seating: Driver's seat: adjustable (spring-loaded) pedestal seat with arms; Instrumentation seat: adjustable (spring-loaded), rotating pedestal seat, no arms; Passenger bench: 36" long on starboard side, with lockable storage below. Top: Provide pricing with two options: one with full canvas top and one with canvas/hardtop combination. Instrument bench: A drawing of the instrument bench and seating can be obtained by contacting Grace Oakeley at (303) 236-9326 or via email at goakeley@usgs.gov. Bench shall be behind (aft of) instrument pedestal seat. The top of the bench shall be 36" wide and 18" deep, with a 3/8 - ?" lip. The top shall be nominally 27" above the deck and it shall have shelf storage below, 15" above the deck. The lower shelf shall also have a 3/8 - ?" lip; 500 gph bilge pump; Shift box, shift and throttle cables; Trailer: Dual axle galvanized trailer with tongue jack, spare tire, and tiedowns with surge brakes and flat, 4-pin; Electrical connectors. (vii) All jet boats and trailers shall be delivered to the U.S. Geological Survey, Columbia Environmental Research Center, 4200 New Haven Road, Columbia, MO 65201, by March 1, 2006. Delivery shall be FOB destination Columbia, MO. Inspection/acceptance shall be performed within seven (7) days from receipt of jet boats at USGS in Columbia, MO. (viii) The following FAR provisions apply to this solicitation. 52.212-1 Instructions to Offerors - Commercial Items and 52.212-2 Evaluation - Commercial Items. Offerors MUST submit the following and other information required under this clause to be considered for award. Product literature of written technical proposal addressing each of the specifications cited above. Three (3) State or Federal agency references that have purchased and deployed similar watercraft within the past two years. Data should include: name and address of Government agency, contract number and period of performance, brief description or title of contract; approximate dollar value of contract; and name and phone number of both the contracting officer and the technical or contracting officer's representative. PPIRS. GOV will be used as a source of past performance information in the source selection process. In addition, past performance information provided by references, from Government records, or from other sources may be used in this evaluation. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: (A) technical capability of the item offered to meet the Government's requirements; (B) past performance of the offeror; (C) successfully deliver jet boats and trailers by March 8, 2006; and (d) price; in decending order of importance. Technical and past performance, when combined are significantly more important than price. A single contract award will result from this solicitation. All offerors are to include with their offer a completed copy of provision 52.212-3 Offeror Representations and Certifications. (ix) FAR clause 52.212-4 Contract Terms and Conditions - Commercial Item applies to this acquisition. (x) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items applies to this acquisition. The following clauses cited in FAR 52.212-5 are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 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 for Special Disabled Veterans, 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, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-1 Buy American Act - Supplies; 52.225-15 Sanctioned European Union Country End Products; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. (xi) Full text of all FAR clauses may be accessed electronically at http://www.gsa/gov.far. (xii) All offers shall be sent to the U.S. Geological Survey, Acquisition and Grants Branch, Building 53, Entrance S-1, Denver Federal Center, P.O. Box 25046, MS 204B, Denver, CO 80225, Attn: Grace S. Oakeley. Electronic and faxed offers will not be accepted. All offers are due by 3:00 p.m., local time, Denver, CO on January 20, 2006.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=809799)
 
Record
SN00963496-W 20060111/060109212126 (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.