Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
SOLICITATION NOTICE

42 -- Evolution Boats, Outboard Motors, Propellers

Notice Date
2/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423990 — Other Miscellaneous Durable Goods Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VT7T0021A001
 
Archive Date
3/17/2010
 
Point of Contact
Joyce K. Wright, Phone: 813-828-4730
 
E-Mail Address
joyce.wright@us.af.mil
(joyce.wright@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial supply and/or service 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 is a Request For Quote (RFQ) and the solicitation number is F2VT7T0021A001. This acquisition is set aside 100% for small business. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT: Evolution 7" boats, outboard motors and propellers. CLIN 0001 (3 Each) Evolution 7" with H2P Floor Boat (Brand name or equal). Each boat will contain 2 each foot bellows plus hoses, 1 repair kit, 6 paddles, 2 sets of paddle sleeves, 1 cylinder sleeve, 2 bow pouches, 1 boat carrying bag, and 1 floorboard carry bag. CLIN 0002 (5 Each) E-TEC 55HP MFE outboard motor (Brand name or equal) CLIN 0003 (5 Each) Propeller, stainless steel for Evolution 7" (Brand name or equal) CLIN 0004 (1 Each) Shipping costs to: JCSE/J3T ATTN: Randy Black 8532 Marina Bay Drive MacDill AFB, FL 33621 This is a brand name or equal requirement to the Zodiac brand. However, the following salient characteristics must be met: CAPACITY. maximum number of persons : 10 10. maximum payload including engine and fuels : 1250 kg 2756 lb. floorboard usable area : 3 m² 32.3 sq ft. buoyancy tube volume : (1860 l) (66 cu ft.) DIMENSIONS. overall length : 12.80 cm 4.70 m 15' 5". inside length : 3.40 m 11' 2". overall width : 1.90 m 6' 3". inside width : 0.90 m 2'11". weight empty with H2P floor: 120 kg 264 lb. weight empty with optional hard floor: 144 kg 317 lb. buoyancy tube diameter : 0.50 m 1'8". folded dimensions : sac 1 0.75x1.50 m bag 1 2'6"x4'11" SAFETY / INFLATION. number of airtight compartments on main buoyancy tube : 5. inflatable keel ; removable : 1. lower tubes ; removable : 2. inflatable floor : 1. total airtight chambers: 9. buoyancy tubes working pressure : 240 mbar 3.5 psi. inflatable floor working pressure (+/- 10%) : 1100 mbar 16 psi ENGINE POWER. shaft length : long 20". recommended power : 30 kW 40 HP. maximum power : with H2P floor 40.7 kW 55 HP. maximum weight of engine : with H2P floor 127kg 280 lbs. maximum power with Aluminium hard deck 44.4 kW 60 HP. maximum weight of engine with Aluminium hard deck 127 kg 280lbs FABRIC. buoyancy tubes : black, 1670 dtx, polyester, hypalon neoprene. speed tubes : black, 940 dtx, polyamide, hypalon neoprene. bottom & keel: black, 940 dtx, polyamide, hypalon neoprene TRANSOM BLACK. self-bailers, extra-large flow w/scupper trunks : 2. self bailer, large flow, sock type : 1. aluminium engine mounting plate, twin engine : 1. transom sacrificial plate : 1. transom batten, aluminium (quick shift from h2p to hard deck) : 1. top of transom aluminium protection, black : 1 FLOOR. integral high pressure inflatable floor, 70 mm thick : 1. high puncture resistance (DurataneTM) sleeve, black : 1 VALVES. buoyancy tube intercommunication / inflation valves : 4. connecting hoses from main tube to speed tubes, w/ clamps : 2. connecting hose from main tube to keel, w/ quick disconnect : 1. SCUBA inflating points on main buoyancy tube : 2. overpressure valves on main buoyancy tube* : 2. SCUBA inflating point on high pressure floor : 1. overpressure valve on high pressure floor : 1. deflation valve on high pressure floor : 1. recessed deflating valves in cones 2. nose valve (for optional Venturi deflation) 1 *overpressure valves moved away from coxswain's back REINFORCEMENTS. peripheric rubbing strake, black : 1. flat rubbing strake underneath keel, black : 1. flat rubbing strake underneath lower tubes, black : 1 + 1. anti splash triangles, black : 2. transom bottom stainless steel protection shoe : 1. double ovoid reinforcements on tube for transom attachment : 2 + 2. reinforcement extrusion aft of lower tubes : 1 + 1 HANDLING. extra large "gorilla" carrying handles, webbing on hyp / néo patch : 5 + 5. bow carrying handle (plated brass w/ black coating) : 1. exterior lifeline (peripheral), black : 1. interior handles, webbing on hyp / néo patch, black : 4 + 4. interior bow handles, webbing on hyp / néo patch, black : 1 + 1. interior large tie down D rings (stainless steel w/ black coating) : 13 all around MBT. interior large tie down D rings (stainless steel w/ black coating) : 4 + 4 + 4 on H2P floor TOWING & LIFTING. bow large towing D rings, reinforced (cress w/ black coating) : 1 + 1. aft large towing D rings, reinforced (cress w/ black coating) : 1 + 1. bow large lifting D rings, reinforced (cress w/ black coating) :1 + 1. transom lifting points (U-bolts, cress) : 1 + 1 OTHER EQUIPMENT. foot bellows + hoses : 2. repair kit with Go No-go pressure gauge (Z6741, no glue) :1. paddles : 6. paddle sleeves, fabric flaps with buckles : 2 sets. cylinder sleeve, on inflatable floor, with buckles, black : 1. bow pouches ; removable : 2. boat carrying bag, black : 1. floorboard carrying bag, black : 1 Any proposal received will be sent to the technical advisor for compatibility or functionality of the repair. In addition to price, when determining best value, the ordering activity may consider, among other factors, the following: (i) Past performance. (ii) Special features of the supply or service required for effective program performance. (iii) Trade-in considerations. (iv) Probable life of the item selected as compared with that of a comparable item. (v) Warranty considerations. (vi) Maintenance availability. (vii) Environmental and energy efficiency considerations. (viii) Delivery terms. The Government also reserves the right to make no award at all. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 effective 1 February 2010, DFAR DCN 20091229, and AFFAR AFAC 2009-1030. The North American Industry Classification System code (NAICS) is 423990, Other Miscellaneous Durable Goods Merchant Wholesalers. The Standard Industrial Classification (SIC) is 5088, Transportation Equipment and Supplies. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. DELIVERY ADDRESS: Equipment is procured on behalf of Joint Communications Support Element, 8532 Marina Bay Dr, MacDill AFB, FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13, Restrictions on Certain Foreigh Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6, Total Small Business Set-Asides; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.219-28, Post-Award Small Business Program Representative; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.203-7000, Requirement Relating to Compensation of Former DoD Official; DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A, DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Alt III, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Tuesday, 2 March 2010, by 10:00 a.m. EST. Submit offers or any questions to the attention of Joyce Wright, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to joyce.wright@macdill.af.mil. No phone calls will be entertained. Please submit any questions via e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VT7T0021A001/listing.html)
 
Place of Performance
Address: 8532 Marina Bay Dr, Tampa (MacDill AFB), Florida, 33621, United States
Zip Code: 33621
 
Record
SN02070301-W 20100221/100219235853-7dc049ac87eaa8cad3806cb7fe64345d (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.