Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOLICITATION NOTICE

19 -- 2006 Mako 171 Center Console Boat or EQUAL

Notice Date
8/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
441222 — Boat Dealers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
FA7012-06-T-0070
 
Response Due
9/11/2006
 
Archive Date
9/23/2006
 
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 solicitation is issued as Request for Quotation (RFQ) No. FA7012-06-T-0070. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12. This is set aside for 100% Small Business. The North American Industry Classification System code is 441222 at $6.5 million size standard. LINE ITEM: CLIN 0001: Boat, MAKO 171 Center Console, length: 17 feet, 3 inches, beam: 7 feet, 2 inches, transom height: 20 inches, maximum recommended HP: 125 hp, max cumulative engine weight: 420 lbs, dead rise: 12 degrees, draft: 9 inches, fuel capacity: 37 gallons, Color: white, package length with transom saver: 21 feet, 8 inches, package length without transom saver: 20 feet, 10 inches, package width: 8 feet, package weight approximately 1500 lbs. INSERT EXTENDED DESCRIPTION: EXTENDED DESCRIPTION: COCKPIT and DECK: 6 inch polished marine grade stainless steel cleats, anchor locker, cockpit storage compartments w/ ventilated door and stainless steel hatch, commercial grade welded aluminum bow rail, custom logo gunwale mount rod holders, encapsulated exterior seat cushions with marine grade vinyl, exterior cushion with marine grade substrate, foredeck dodger mounting boss, heavy duty marine grade stainless steel bow and stern eyes, molded non-skid on foredeck, sole, stern platform, walking flats and hatch covers, polished marine grade stainless steel bow chocks with aluminum backing plates, rotocast pedestal seats, self-bailing cockpit, USCG compliant navigation lights, custom logo chrome bronze gunwale mount rod holders (2), forward casting platform, forward console seat with cushions and 30 gallon livewell, storage boxes/aft/port and starboard/6 gallon with overboard drains. CONSOLE: 30 gallon front seat livewell, acrylic windscreen, battery selector switch, battery storage with ventilated door, console grab rail, console storage space with ventilated door stainless steel latch, cup holders, DC switch panel with breakers and switches, flush mount electronics mounting area, gauge panel with analog gauges, heavy duty electrical switching system battery selector switch, marine grade tinned wiring, powerpoint 12VDC, recessed switch panel, stainless steel destroyer type steering wheel, vertical rod holders, waterproof lighted switches with waterproof circuit breakers. CONSTRUCTION: Aluminum backing plates for thru bolted cleats, aluminum deck reinforcement for seating, bronze thru hull fittings below waterline, fiberglass encapsulated balsa cored deck, foam injected hull with inter locking fiberglass encapsulated stringer grid, heavy duty fiberglass encapsulated transom, heavy duty commercial grade rub rail, hull deck joint chemically sealed and bonded 360 degrees, hull deck joint mechanically fastened every 6 inches with stainless steel fasteners, meets or exceeds ABYC and USCG flotation standards, stainless steel thru-hull fittings above waterline. EXTERIOR DESIGIN: Standard boot stripe. INTERIOR: Anchor Locker. PERFORMANCE: Modified Vee Hull, legendary dry riding Mako Hull, strategic lifting strakes for dry re-entry. MFR/BRAND: MAKO, P/N: 171, or equal. QTY: 1 each, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. If bidding on an ?OR EQUAL? item, offerors must submit descriptive literature or a sample along with your quote. INSPECTON AND ACCEPTANCE TERMS: Item shall be priced FOB Destination. Item shall be delivered to 461 Giovannoli Way, Bolling AFB, Washington DC 20032-0305 (Marina). Delivery date upon receipt of order: NLT 30 days. Supplies/services will be inspected at destination/government, accepted at destination/government. . ?Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. If requirement is partially funded, it will be ?partially? awarded.? FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Provision 52.212-2, Evaluation-Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR clause 52.212-1 applies as follows: 52.237-1, 52.252-1, 52.252.5: (b) DFARS (Chapter 2), and 252.225-7000. FAR 52.212-3, ?Offeror Representations and Certifications-Commercial Items? applies and offeror(s) must include, with its offer, a completed copy of provision FAR 52.212-3 in full text obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (online Representation and Certifications application). FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-9, 52.209-6, 52.211-6, 52.214-31, 52.214-34, 52.214-35, 52.223-6, 52.223-11, 52.224-1, 52.224-2, 52.237-2, 52.247-34, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, ALT A, 252.212-7001 (DEV), 252.223-7006, 252.225-7001, 252.232-7003, 252.232-7010, 252.243-7001, 252.246-7000, 252.247-7023, ALT III, 5352.201-9101, 5352.223-9001 and 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items, (DEV) apply to this acquisition, specifically, the following cited clauses: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.225-1, 52.225-3, 52.225-13, 52.232-33, 52.233-3 and 52.233-4. All responses must be received no later than 4:30 p.m. EST on 11 Sep 2006, by mail to 11th CONS/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032, by fax to (202) 767-7887 or email to kenneth.hawkins@bolling.af.mil. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or via the Internet at www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. Questions concerning this solicitation should be addressed to A1C Kenneth Hawkins, Contract Specialist, Phone (202) 404-7771 or E-Mail to kenneth.hawkins@bolling.af.mil
 
Place of Performance
Address: 461 Giovannoli Way, Bolling AFB, Washington DC
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01127652-W 20060830/060828221344 (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.