Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SOLICITATION NOTICE

19 -- 29 ft. long Aluminum Patrol Boat

Notice Date
5/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
Forest Service - R-10 Tongass National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0116-S-09-0074
 
Archive Date
12/31/2009
 
Point of Contact
Kim B Toland,, Phone: 907-772-5804
 
E-Mail Address
kimtoland@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-0116-S-09-0074 and this solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31. This is a small business set-aside with an associated NAICS code of 336612 and small business size standard of 500 employees. The following are this solicitation’s list of contract line item number(s) and items, quantities and units of measure: Line Item 1: One each, 29 ft. long Aluminum Patrol Boat delivered ready for operation (turn key); Model 29ft Rescue Pro as Manufactured by Aluminum Chambered Boats, Inc or equal with the following characteristics, specifications, and accessories: •Approximately 29 ft. long and 8.5 ft wide •Constructed of welded aluminum; hull bottom and sides shall be fabricated of ¼ inch marine grade aluminum •All walking surfaces shall be painted with non-skid paint, and the bottom to 4 in. above water line shall be painted with black anti-fouling •Capable of stable operation in rough seas •Able to have engines raised fully out of the water •Cabin must be capable of carrying four passengers, constructed with an Alaska Bulkhead and furnished with basic navigational lighting, deck fixtures and appurtenances •Constructed with multiple, welded aluminum, airtight chambers in a collar formation •Design submitted shall incorporate airtight chambers where a chamber would have to be punctured from the bottom, as well as, vented from the top to take on water. In the event every single chamber of the collar were punctured from top and bottom, an inner hull would continue to keep the boat afloat. •Design shall pass the USCG upright and level flotation test for boats under 20’ without the use of foam. In the event the hull is rupture, the bottom of the boat shall remain upright, level, and operable •Minimum fuel capacity of 150 gals •Vessel to be powered with twin 4-Stroke outboard motors capable of propelling the vessel at high pursuit speeds •Hull design furnished shall have no less than five years of successful open water operations and customer satisfaction. Line Item 2: One each of Twin, 4-Stroke outboard motors capable of propelling the vessel at high pursuit speeds, installed on boat procured by Line Item 1, including all necessary controls, gauges, rigging and batteries for turn key operation in accordance with engine manufacturer’s specifications and directions. Line Item 3: One each of Twin, 4-Stroke outboard motors capable of propelling the vessel at high pursuit speeds, installed on boat procured by Line Item 1, including all necessary controls, gauges, rigging and batteries for turn key operation in accordance with engine manufacturer’s specifications and directions. Line Item 4: One each Galvanized Steel Boat Trailer with bunks appropriate for boat procured by Line Item 1. Line Item 5: Shipping and handling of all items to Ketchikan, Alaska. All items must be delivered before March 2, 2010. Provisions and Clauses FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far/ www.usda.gov/procurement/policy/agar.html FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must— (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR 52.212-1 Instructions to Offerors—Commercial Items (June 2008) FAR 52.212-2 Evaluation—Commercial Items (Jan 1999) Specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: (a) Technical Factors: the degree to which the proposed craft meets the outlined requirements. Include catalog cut sheets, photographs or other written information sufficient to establish whether the item quoted meets the specified requirements. (b) Hull Design Past Performance. Submit information establishing capability of open water operations and customer satisfaction. (c) Price. Evaluation criteria (1) and (2) above in combination are roughly equal in importance to price. FAR 52.212-3 Offeror Representations and Certifications—Commercial Items (Feb 2009) FAR 52.212-4 Contract Terms and Conditions—Commercial Items (Mar 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Apr 2009) The following clauses were selected as applicable to the acquisition. (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). (13) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (27) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (33) 52.225-5, Trade Agreements (MAR 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (43)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). There are no additional contract requirements, terms or conditions necessary for this acquisition for consistency with customary commercial practices. Submit quotes by mail, fax, email or hand delivery to Kim Toland at: US Forest Service, 123 Scow Bay Loop Road, PO Box 309, Petersburg, AK 99833 Faxed (907) 772-5894, email kimtoland@fs.fed.us Contact Kim Toland for information regarding this solicitation at (907) 772-5804, kimtoland@fs.fed.us.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/spg/USDA/FS/116/AG-0116-S-09-0074 /listing.html)
 
Place of Performance
Address: Ketchikan-Misty Fiord Ranger District, Ketchikan, Alaska, 99901, United States
Zip Code: 99901
 
Record
SN01816651-W 20090516/090514215528-d3813e522f1fbcb582ed57446b1ab825 (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.