Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2010 FBO #3155
SOLICITATION NOTICE

19 -- Recovery Act - Jon Boat

Notice Date
7/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
R10PS80R19
 
Archive Date
7/13/2011
 
Point of Contact
Robert Brackett 3034452442 rbrackett@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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. (ii) This solicitation, R09PS80R19 is issued as a request for quotation (RFQ). The Bureau of Reclamation Project # is 13.000. The applicable Treasury Account Symbol is TAS::14 0681::TAS. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42. (iv) This solicitation is a 100% small business set-aside. NAICS Code is 441222, Small business size standard is $7M. (v) This combined synopsis/solicitation is for the following commercial products: 0001: 16-18 ft welded aluminum Jon Boat with motor and trailer. Qty: 1 each. (vi) Description of requirements for the items to be acquired. Boat shall have either center or side console for steering and engine control. Boat hull can be flat bottom or semi-v. At a minimum boat shall include running lights, gas tank, battery, bilge pump, gauges, and at least a bench seat across the boat for occupants. Gas tank can either be built in or removable. Engine shall be 4-stroke with power tilt and trim, electric start and rated for the hull, optimally would like it in the 50-70 hp range. Trailer shall be a bunk style trailer with a GVW rated for the boat. (vii) Quote shall include all shipping and handling charges to deliver FOB Destination to Bureau of Reclamation, DO Shipping/Receiving. 6th & Kipling Street, Denver Federal Center, Denver CO 80225-0007. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. IAW this provision, offerors shall submit sufficient documentation to demonstrate the proposed product(s) meets or exceeds all specifications stated in Para (vi). (ix) FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability of the item offered to meet the Government requirement; (2) Price. Technical capability of the item is significantly more important than price. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable price. The Government reserves the right to make an award to other than the lowest-priced offeror if the superior technical submission or the submission indicating a reduced performance risk, warrants paying a premium. (x) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The web site address is https://orca.bpn.gov/. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items Alternate II applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are b(3), b(8), b(18), b(19), b(20), b(21), b(22), b(24), b(30), b(33), b(38). (xiii) FAR 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (June 2010) also applies to this acquisition. The full text of all incorporated provisions and clauses are available at https://www.acquisition.gov/FAR/ or by request via email to rbrackett@usbr.gov. (xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) Quotes are required to be received no later than 12:00 pm Local Time, July 29, 2010 and must include the following: Company name, address phone numbers, DUNS number, Tax ID or Federal ID number, itemized quote. Offerors shall also submit the required technical capability information and past performance information. Quotes shall be delivered via email to rbrackett@usbr.gov. (xvi) Please direct any questions regarding this solicitation to Rob Brackett at rbrackett@usbr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fa2eb46ef70f55b3b8580d6a6cc6960c)
 
Record
SN02204542-W 20100715/100713235453-fa2eb46ef70f55b3b8580d6a6cc6960c (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.