SOLICITATION NOTICE
19 -- Welded Aluminum Console Utility Crew Boat
- Notice Date
- 7/15/2010
- 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-10-0086
- Point of Contact
- Kim B Toland, Phone: 907-772-5804
- E-Mail Address
-
kimtoland@fs.fed.us
(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-10-0086 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 2005-41. 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, Welded Aluminum Console Utility Crew Boat, capable of operation in rough seas, built to meet USCG requirements, delivered ready for operation (turn key) with the following characteristics, specifications, and accessories: 1) Hull: a) Length 21-22ft; beam approximately 8½ft beam with 8ft bottom; deep vee bottom with estimated 18 degree (stern) dead rise or similar design b) Constructed of marine grade welded aluminum, prefer ¼ inch hull bottom, and 3/16 inch sides c) Height of hull above water line between 24 and 38 inches, we desire boats with a freeboard (height of hull above waterline) between this range, if the freeboard were lower than 24" the boat may be unsafe in rough conditions and if the freeboard over 38 inches the boat would be difficult to load and use for shore stops d) Raised snub bow to allow safe and efficient transfer of gear and personnel while performing shore drops e) Standard transom that will accommodate twin outboards; transducer bracket, zincs brackets; design must allow outboard motors to be raised out of the water f) Self bailing decks with scuppers valves and non-skid walking surface g) Aluminum welded frame engine guard and towing screen that surrounds and protects motors and personnel h) Rear tow bit (Sampson Post) i) Aluminum rubbing strakes just above waterline and rubber "D" fender on parameters of gunnels j) Reinforced aluminum integral bow towing eye k) Beaching plate that extends half-way the length of the boat from the bow aft l) Approximately six 10" heavy duty Aluminum cleats m) Port gunwale access panel "dive door" no less than 24'' opening n) Threaded drain plug o) Minimum 100 gal. fuel tank remote fuel filter and mechanical fuel gauge p) Foam or sealed air tank floatation q) Anti-fouling black paint on bottom up to 4 inches above waterline 2) Console: a) 30 inch wide console with aluminum walk around T-Top and hand rail b) 12-18 inches side deck space between the cabin/console and the hull (sides of the boat) where the crew can walk between the front and the back of the boat c) Tempered glass windshield d) Pilot console leaning box seat e) Two passenger aft facing cushioned bench seat with lockable seat storage locker mounted directly aft of the console leaning box seat f) Arch to accommodate antennas for electronics and other accessories g) Dash for controls, gauges, glove box; power port for high intensity spot light; 3) Accessories: a) Hydraulic steering system. b) Bow anchor line roller; bow covered anchor locker to store anchor and rode; Anchor - Danforth, appropriate for sized boat with 25 ft chain and 300 ft continuous anchor line. c) Gunwale inside storage trays d) Safety rails, around bow to 3 feet aft of bow; 4'' height, around stern to 2 feet forward of stern, 3'' height; e) Dual batteries, battery switch, battery boxes and brackets, within stern locker/s. f) Electric Bilge pump(s) automatic or with float switch g) USCG Approved navigational and anchor lights h) Waterproof color GPS/Sounder preloaded with navigational charts of SE Alaska i) Mounted lighted 3-4 inch marine compass j) Tachometer and hour meter; fuel gauge k) Waterproof marine VHF radio with folding antennae l) Windshield defogging fan m) Power windshield wipers with intermittent wiper control n) Interior light capable of being switched from read to white; horn; three halogen work lights, two forward, one aft mounted on roof. 4) No less than five year warranty on design and workmanship for open water operations and customer satisfaction. Line Item 2: Two each appropriate sized (estimate 115hp) 4 stroke Outboard Motor with stainless steel propeller. Engines must be properly matched for mounting on boat procured in Item 1. Only engine manufacturers with qualified and certified service representatives in Ketchikan Alaska will be accepted. Include with quote resume of servicing mechanics that describes: Vendor who will provide engine service Name(s) of servicing technician Years of employment, include company name, working on outboards motors Formal training on outboard motor servicing and repair Manufacturer training and service certifications Line Item 3: Installation of outboard motors procured by Line Item 2, including all necessary controls, gauges, rigging and batteries for turn key operation in accordance with engine manufacturer's specifications. Line Item 4: Shipping and handling of all items to Ketchikan, Alaska 99901. There is no Boat Trailer included in this package. The date for delivery is April 1, 2011. Shipping terms are FOB Ketchikan, Alaska. The provision "52.212-1 Instructions to Offerors-Commercial Items" applies to this acquisition. The provision "52.212-2, Evaluation-Commercial Items", applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: 1) 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. 2) Qualifications, certifications and past customer satisfaction performance of Ketchikan outboard engine manufacturer service representative. We will conduct both objective and subjective evaluations to determine the capability and quality of service of the local outboard service representative. Our evaluation will include review of submitted service technician resumes and random customer satisfaction surveys. 3) Price. Evaluation criteria (1) and (2) above in combination are roughly equal in importance to price. All offerors must provide a completed copy of "52.212-3, Offeror Representations and Certifications - Commercial Items". The provision can be obtain from this website: https://www.acquisition.gov/far/index.html FAR Clause "52.212-4, Contract Terms and Conditions - Commercial Items" applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. FAR Clause "52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items" (APR 2010). The following clauses are selected as applicable to the acquisition. (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (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 (Aug 2009) (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). (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (iii) Alternate II (Jan 2004) of 52.225-3. (33) 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). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (L) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in The date and place offers are due August 15, 2010, quotes may be faxed to 907-772-5894, emailed to kimtoland@fs.fed.us or mailed to US Forest Service Contracting, PO Box 309, Petersburg, AK 99833. Send questions for more information to Kim Toland at email kimtoland@fs.fed.us, (907)772-5804.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/116/AG-0116-S-10-0086 /listing.html)
- Place of Performance
- Address: Ketchikan-Misty Fiords Ranger District, Ketchikan, Alaska, 99901, United States
- Zip Code: 99901
- Zip Code: 99901
- Record
- SN02207267-W 20100717/100715235400-f2272b0b39e3869706f42ff3e35f479b (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 |