Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2009 FBO #2606
SOLICITATION NOTICE

19 -- Supply Pontoon Boat and Trailer

Notice Date
1/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441222 — Boat Dealers
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Northern Province Acquisitions, Redding Office, 3644 Avtech Parkway, Redding, California, 96002
 
ZIP Code
96002
 
Solicitation Number
AG-9A28-S-09-0016
 
Point of Contact
Katie Pasini,, Phone: 530 226-2452, Marilyn Ladd,, Phone: 530 226-2451
 
E-Mail Address
kepasini@fs.fed.us, mladd@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is to supply and deliver a pontoon boat and trailer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. This solicitation is being issued as Request for Quotation (RFQ), number AG-9A28-S-09-0016. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28. NAICS code 441222 and size standard of 6.5 million apply. PRODUCT DESCRIPTION: Vessel shall be a pontoon boat design with the following features: DECK: Aluminum, diamond plate.190 inch thickness, substantially supported. Surface shall be blasted or etched to eliminate surface glare. Bolt on heavy duty cleats near all four corners and a heavy duty, recessed bow eye at bow center and heavy duty towing attachments at stern. Flat working deck dimensions shall be 8.5 ft wide x 26ft in length and designed to maintain a dry deck and helm under normal lake conditions at top speed and to minimize spray onto deck and helm under rough lake conditions. PONTOONS: 2 pontoon minimum. Aluminum pontoons preferred.100 inch minimum wall thickness. Pontoons shall be air tight and baffled to minimize risk of sinking. Pontoons shall be substantially fortified at the bow to reduce potential damage while beaching. RAILINGS: 1inch square tubing, 30-32 inches in height to surround entire deck except area 5 feet aft of bow, which shall be left open. Lower 2/3 of the railing area will be covered. 16 inch wide bottom section of the railing shall be raised ˝ inch above the deck to facilitate cleaning within 4 inches of all corners and at the intervals no more than 4ft on center elsewhere. HELM: Stand up design with appropriate swivel seating, and contain at a minimum, a tachometer, temp and oil pressure and fuel gauge as well as volt and hour meters. Helm shall be located in the forward, starboard corner of the cabin. (if cabin option is not quoted or exercised, the helm shall be located on the deck as per dimensions). Shall contain; marine grade fused switch panel containing switches for standard night navigation lighting, wiper motor (with cabin option) and a minimum of 3 additional unused fused switches. An additional unused conduit or raceway (minimum 1 ˝ inch id) shall be provided from the engine/battery to the helm and from the helm to the bow to accommodate user installed equipment wiring. ENGINE: Offeror shall specify 2 or 4 stroke outboard and provide information on reliability, longevity, economy and emission qualities of each. CAPACITIES: Shall carry a minimum of 3000 lbs of gear/people and shall be capable of minimum top speed of 20mph under normal lake conditions while carrying person/gear load of 1200 pounds. TRAILER: shall be 2 axle minimum and designed to meet size and configuration and weight of proposed boat. Shall meet all state highway and safety requirements and vessel shall be trailerable without special permits. *OPTION 1: Cabin. 5 ft wide x 8ft long. 76 inch minimum interior ceiling height (including supports). 360 degree visibility windows, 24 inches minimum in height with top of window 72 inches from deck. 24 inch wide x 76 inch high door, fore and aft. A minimum of 2 sliding windows on each side. 2 removable storage boxes with hinged bench seat top. OPTION 2: 3 ft x4 ft removable fore deck section. Offeror shall provide specifications and technical drawings as part of the offer for government review. Pricing shall be quoted with vessel, trailer, option items and delivery separate. FOB destination to Shasta Lake Turntable, c/o Troy Nicolls, 14225 Holiday Road, Shasta-Lake, CA 96003. Boat and Trailer shall be delivered within 90 days from the date of Notice to Proceed. The FAR Provision 52.212-1, Instructions to Offerors – Commercial, applies to this solicitation. The FAR 52.212-2, Evaluation of Commercial Items applies. The specific evaluation criteria to be included in paragraph (a) of the provisions are (1) Specifications and Technical Drawing submitted, (2) Relevant Past Performance, (3) Relevant Experience (4) Price. Criteria listed above are in order of evaluation importance. Quoter shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer or be registered in ORCA. The additional FAR Clauses that apply to this acquisition are: The FAR Clause 52.212-4, Contract Terms and Conditions–Commercial Items applies to this solicitation and the following addenda are added: FAR 52.247-34 F.O.B. Destination, The FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders–Commercial Items applies to this solicitation, and the following additional FAR Clauses cited in the clause are applicable to this solicitation; 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept. 2006), with Alternate I (Oct 1995). 52.203-13, Contractor Code of Business Ethics and conduct. 52.219-6, Notice of Total Small Business Set-Aside. 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. 52.222-35 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. 52.225-1 Buy American Act – Supplies, 52.225-3 Buy American Act-Free Trade Agreements – Israeli Trade Act, Alternate II. 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration. All provisions and clauses may be accessed electronically at http://www.arnet.gov.far. Quotations signed by an official authorized to bind the organization shall be submitted on company letterhead and are due 01/27/2009 by 4:30 pm, to Katherine Pasini, USDA Forest Service, Northern Province Acquisitions, 3644 Avtech Parkway, Redding, CA 96002. Quotations may be faxed to 530-226-2474. For information regarding this quotation contact Katherine Pasini at 530-226-2446.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=11f7b70d6a8621a682c473985cc67df9&tab=core&_cview=1)
 
Place of Performance
Address: Shasta Lake Turntable, 14225 Holiday Road, Shasta Lake, California, 96003, United States
Zip Code: 96003
 
Record
SN01730968-W 20090114/090112215627-11f7b70d6a8621a682c473985cc67df9 (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.