Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2009 FBO #2827
SOLICITATION NOTICE

19 -- RECOVERY--19--Furnish and deliver 2009 Boat, Motor and Trailer to the Harry S. Truman Maintenance Yard, 29960 W Dam Access Road, Warsaw, MO 65355

Notice Date
8/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441222 — Boat Dealers
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-T-0149
 
Response Due
8/31/2009
 
Archive Date
10/30/2009
 
Point of Contact
margie.slavens, 660-438-7317<br />
 
E-Mail Address
US Army Engineer District, Kansas City
(margie.a.slavens@usace.army.mil)
 
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. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-31 and Defense Federal Acquisition Regulation Supplement 20090115. The government intends to compete a firm-fixed price procurement that is set-aside for small business under NAICS code 441222, with a size standard of $7.0M. Quotes in response to this solicitation must be signed and dated and submitted no later than 10:00 a.m. CST, August 31, 2009. Quotes may be submitted via hardcopy, to the address below, by email to James.D.Kindle@usace.army.mil or by facsimile to 660-438- 7815. Vendors are responsible for verifying the receipt of any quotes submitted by fax or email. In order to assure that your quote is received, you can contact J.D. Kindle at 816-389-2291. Any resulting contract will be a firm fixed price (FFP) supply contract. Delivery shall be no later than 11 December 2009. Please note that vendors must be currently registered in the Central Contractor Registration (CCR) Database and Online Registration and Certification Application (ORCA). Additionally there are some unique reporting requirements relevant to the use of ARRA funds (see FAR 52.204-11) Offerors are responsible for understanding the provisions and clauses incorporated in this solicitation. These clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. Contractual Point of Contact J.D. Kindle 816-389-2291. Technical Point of Contact Jason Hurley 816-389-3035 Utilizing funds from the American Recovery and Reinvestment Act (ARRA), this solicitation is for the procurement to furnish and deliver the following: 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 Governments 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 byperformance characteristics (i) Brand name, if any. (ii) Make or model number; 2 (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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (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. Specifications: The Boat, Trailer and Motor shall conform to the specification listed below, or approved equal. Price shall include boat wiring and rigging. Boat Brand Name/Model or Equal A 2009 Charger BC 2230L manufactured to meet or exceed the following specifications: -Length: 223 -Beam: 101 -Weight: 2,450 lbs -Capacity: 8 person/1,150 lbs -100% composite hull with limited lifetime warranty -Self-bailing cockpit -Full inter-liner with non-skid surface -White deck and hull with gray interior liner and console -Forward and rear decks -Steps to front deck -In floor storage -Bow anchor locker -Center console built to Missouri State Water Patrol specifications on Charger BC2230L Models with built in electronic control box -Fused switch panel with 8 switches -Additional 10 position fuse block and distribution block under console -Mercury Smartcraft gauges -AM/FM Radio -2 courtesy lights on console -Windshield: Lexan plexiglass -Kick plate under console -Additional access panel on front of console -Additional access panel on side of console -Horn -Automatic bilge pump -Foam floatation 3 -Mercury tilt/power steering -Deluxe steering wheel -Raw water wash down pump -Lockable rod boxes -4 recessed stainless steel pop-up cleats -All fasteners stainless steel -Power trim switch and 12 volt outlet in bow (no trolling motor) -Minimum built in 40 gallon fuel cell -Navigation lights with removable bow light -Fuse protected color coded wiring system -Through bolt mounting installation of USACE provided 5x 7 anodized marine grade aluminum T-top -Front storage boxes -Heavy duty rub rail -Raised 6 side rail -Hamby hull protector -permanent mount ladder -Mercury Verado pre-rig -Install Engine * Price shall include the following post award applications: -Wire USACE provided T-top, for lights and electronics -Install USACE provided drivers seat -Mount USACE provided take down lights, spotlight, and emergency light on T-top -Boat shall be fully wired and ridged prior to delivery. Motor Brand Name/Model or Equal A 2009 Mercury 225 HP Item No. 1201V23ED ME 300 XL VERADO L4 Motor Warranty shall be in full force upon delivery. Mercury 225 HP Motor Item No. 1201V23ED ME 300 XL VERADO L4 Six Cylinder. To be installed by a Mercury Certified Technician. Trailer -Tandem, torsion axle -Welded aluminum I beam construction -Side mount jack -Disc brakes on one axle with flush kits -Maintenance free bearings -Fulton covered XLT winch -Retractable tie downs -Sealed LED trailer lights -14 PM 5505 aluminum wheels -Spare tire and wheel 4 " Freight will be FOB Destination Separately Priced Line Item. " Ship To/Delivery: The Harry S. Truman Maintenance Yard 29960 W. Dam Access Road, Warsaw, MO 65355 The following FAR provisions and clauses apply to this solicitation, are incorporated by reference, and will be incorporated into any contract resulting from this notice: 52.204-7, Central Contractor Registration (Apr 2008) 52.204-8, Annual Representations and Certifications (Feb 2009) 52.204-11, American Recovery and Reinvestment Act Reporting Requirements (Mar 2009) 52.211-6, Brand Name or Equal (Aug 1999) 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation Commercial Items. 52.212-3, Offeror Representations and Certification Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.214-3, Amendment to Invitation to Bid 52.214-13, Electronic Bid Submission 52.225-1, Buy American Act - Supplies 52.225-2, Buy American Act Certificate 52.232-18, Availability of Funds 52.244-6, Subcontracts for Commercial Items (MAR 2009) 52.245-1 Government Property (June 2007) 52.245-9 Use and Charges (June 2007) 52.212-5, Alt II Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items The following clauses are checked as being applicable in 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt 1 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009. 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements IMPORTANT - The contractor must file quarterly reports during the term of any contract resulting from this notice. It is suggested this clause be read in its entirety. 52.219-6, Notice to Total Small Business Set Aside 52.219-8, Utilization of Small Business Concerns (MAY 2004) 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor (JUNE 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.232-33, Payment by Electronic Funds Transfer-Central Contract Registration The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Central Contractor Registration (52.204-7) Alt A (SEP 2007) 252.212-7000, Offeror Representations and Certifications Commercial Items: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) Quote Submission: Shall at a minimum, include the following: * A signed quote sheet for ALL ITEMS *Complete Company Address and Telephone Number 5 * Duns #
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-T-0149/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City, Harry S. Truman Project Office 15968 Truman Road Warsaw MO<br />
Zip Code: 65355<br />
 
Record
SN01918405-W 20090821/090820001308-a292fa8c676047b475e406cc66953931 (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.