Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2009 FBO #2650
SOLICITATION NOTICE

19 -- Procure RHIB Boat for Military Sealift Fleet Support Command

Notice Date
2/25/2009
 
Notice Type
Modification/Amendment
 
NAICS
423860 — Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-09-T-1021
 
Response Due
3/6/2009 2:00:00 PM
 
Archive Date
3/21/2009
 
Point of Contact
Dawn Cail,, Phone: 757 443-5873
 
E-Mail Address
dawn.cail@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is N40442-09-T-1021, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29. NAICS 423860 applies. The Small Business Competitiveness Demonstration Program is not applicable. TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS: This requirement will be awarded using the procedures under FAR subpart 13.5, Test Program for Commercial Items of the Clinger-Cohen Act of 1996. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for USNS RAPPAHANNOCK for the following. 1. (1) EACH, PN: WM-670SIB, RHIB Boat Shipping charges if applicable. RHIB Boat shall meet or exceed the following characteristics: This project will provide for the procurement of a RHIB Boat. The boat shall be SOLAS approved, meeting all current SOLAS and USCG rules, regulations and USCG Approval No. 160.156/6/0 RESCUE BOAT (SOLAS). In addition, the boat shall have a USCG certificate indicating that the boat has been inspected by the USCG and found to be in compliance with all the current rules and regulations required by SOLAS, CFR 46 and USCG prior to delivery. The USCG certificate shall indicate the date of the inspection, the location of the inspection, the rescue boat's model number, serial number and include the inspector's signature and the appropriate USCG approval stamp. The cost associated with the USCG certification for the rescue boat shall be borne by the contractor. The rescue boat must be diesel engine powered by a 210 horse power, continuously rated turbocharged and intercooled Cummins diesel engine with a Hamilton water jet drive. Physical Dimensions required for replacement rescue boats to fit in the existing Schatt-Harding "Miranda" system rescue boat davit and include a Miranda davit system lifting frame: Length Overall: 6.7M (22') Inside Length: 5.58M (18'3") Beam Overall: 2.7M (9') Inside Beam: 1.63M (64") Draft Light: 0.36M (16") Draft Loaded: 0.52M (21") Tube Diameter: 0.59M (22") Maximum Horsepower: 210HP Weight Light: 3925 pounds Maximum Capacity: 2475 pounds (with passengers fuel and max HP) Number ofpersons Approved: 9 Weight (at max capacity): 6400 pounds Features: Fiberglass deck and hull UV Pack which includes liquid urethane application to a Nylon Polyeurethane Sponson Fiberglass console, engine cover, cushioned seat Heavy duty aluminum engine foundation Stainless steel padded steering wheel Hydraulic Steering Compass Single lever control Stainless steel console grabrails Doublers in wear areas Deck Bailers Stainless steel 4 point lift pads for single point pick up Self Righting system and frame Single point lifting system Single point lifting hook Full length inboard and outboard lifelines Lifting sling Storable jack staff with anchor light Searchlight 2 boat paddles with pockets Electric Horn Dual batteries Dual battery charger Manual/electric kill switch Audible engine alarm Foot pump Manuals, engine, parts list and jet drive Virbration isolators, (engine resilient mounts) Full height transom with stainless steel transom cap and two tow ballards Color: International Orange Lexan Windshield Five circuit breakers with navigation lights Pressure relief valves Heavy duty rub strakes Aft deck storage box Emergency tiller Two stainless steel deck cleats (forward) Non-skid deck Stainless steel bow eye Radar reflector Boat hook Heavy duty 40 gallon fuel tank Electric and manual bilge pump Waterproof battery box Dual Battery Switch Tachometer, hour meter, temperature and oil pressure gauges Two five pound fire extinguishers Tube repair kit SOLAS Kit USCG/SOLAS Rescue Boat Certification The required delivery date for the above item is 31 JULY 2009. Delivery address zip code is 92123. Please provide the cost of freight charges if applicable. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 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, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following additional clauses apply: 52.215-5 Facsimile Proposals: (757) 443-5979. The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Response to this solicitation are due by 6 March 2009. Offers can be emailed to dawn.cail@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c32fe15d783ca9bd7db81f4c617d5bd8&tab=core&_cview=1)
 
Record
SN01757139-W 20090227/090225220705-c32fe15d783ca9bd7db81f4c617d5bd8 (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.