Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

19 -- Purchase boat, 19' with trailer

Notice Date
7/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MWR - MWRO - NEKOTA MABO - Mt Rushmore NM 24290 Doane Mt. Rd. Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
Q6310100148
 
Response Due
7/20/2010
 
Archive Date
7/1/2011
 
Point of Contact
Brian Peck Purchasing Agent 6055743132 Brian_L_Peck@nps.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. The solicitation number is Q6310100148 and is issued as a Request for Quotation. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This acquisition is set aside for small business concerns. The NAICS code is 441222; the associated small business size standard is $7 million. The government intends to award a Firm Fixed Price Contract as a result of this solicitation. The government reserves the right to cancel this solicitation. REQUIREMENTS:All boats submitted for bid will comply with or exceed all USCG and National Marine Manufacturing Association Certification Standards. Trailer Specifications will meet industry or DOT standards. Specifications listed below are considered basic and should not exclude manufacturer's standard or base items. Item will need to be an "IN-Stock" unit and not build per specifications to meet 30 day deliver date to destination. Specifications for Skiff:Dual Console/Walk Thru Windshield with Remote Steering: Government will provide Controls and OB Motor. Hull Design:Deep VHull Material:Aluminum with double riveted seamsHull Color:Red or AluminumSide Gauge Thickness:.80 minimumBottom Gauge Thickness:.100 minimumOverall Length:19'Maximum Beam:83"Horse Power Rating: 90Built in Fuel Tank:19 gallons minimumBilge Pump1 Manual with SwitchTwo Seats/Bases Installed:2 eachAdditional Bases Installed:3 each Interior:Flat Floor, Plywood, Lifetime warrantyFloor Covering:100% UV Stabilized Marine Carpet with 5 year Warranty or Vinyl Covered Transom:20"Lighting:Navigational Lights Foldable Sun top with clear vinyl zippered side curtains, zippered walk through Access. Removable bow cover (aluminum or canvas material construction). Double Riveted or Welded Lifetime SeamsFull Foam Upright Flotation Trailer Specifications: EZ-Loader - Single Axel Trailer, Galvanized construction with covered bunks, wiring harness, DOT trailer lights, foldable tongue, with spare tire and tire carrier. QUANTITY: 1 EACH Offerors shall submit their product's standard warranty for government review. DELIVERY: Delivery terms are FOB Destination to Isle Royale National Park, 800 East Lakeshore DriveHoughton, MI 49931. PROVISIONS AND CLAUSES: The following provisions and clauses are incorporated by reference. Full text versions can be found at https://www.acquisition.gov/far/: 52.212-1 Instructions to Offerors - Commercial Items52.212-3 Offeror Representations and Certifications - Commercial Items.52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)52.219-6 Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (Feb 1999). 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.225-1 Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).52.222-50 Combating Trafficking in Persons.52.225-13 Restrictions on Certain Foreign Purchases. 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999)(a) 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: Best value to the government; price and other factors. Technical, past performance, and warranty considerations when combined, are approximately equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) SUBMITTING QUOTES: Questions regarding this solicitation must be submitted in writing to the point of contact below. All vendors must be registered in the Central Contractor Registration (CCR), (http://www.ccr.gov) and Online Representations and Certifications Application (ORCA) (https://orca.bpn.gov). Quotations must be received no later than July 20, 2010, 2:00 PM Mountain Time. Quotes will be accepted via email or fax. Submit quotes to: Brian Peck MWR NEKOTA MABO24290 Doane Mountain RdKeystone, SD 57751Email: BRIAN_L_PECK@NPS.GOVFAX: 605-574-9077
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q6310100148/listing.html)
 
Place of Performance
Address: Isle Royale National Park, 800 East Lakeshore Drive, Houghton, MI 49931
Zip Code: 49931
 
Record
SN02194902-W 20100703/100701235928-03539f4c3994a1731791ea8bf2e953bd (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.