Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2011 FBO #3533
SOLICITATION NOTICE

20 -- Idaho Panhandle National Forest, Sandpoint RD, Supply Aluminum Boat and Trailer

Notice Date
7/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441222 — Boat Dealers
 
Contracting Office
Department of Agriculture, Forest Service, R-1 IMAT: Clearwater; Idaho Panhandle; Kootenai; and Nez Perce NF's, 3815 Schreiber Way, Coeur d'Alene, Idaho, 83815-8363, United States
 
ZIP Code
83815-8363
 
Solicitation Number
AG-02RC-S-11-0106
 
Archive Date
8/31/2011
 
Point of Contact
Connie Davis, Phone: 208-765-7496
 
E-Mail Address
cldavis@fs.fed.us
(cldavis@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; quotations are being requested and a written solicitation will not be issued. The solicitation number is AG-02RC-S-11-0106 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 2005-53. The clauses and provisions referenced in this solicitation are found in full text form at http://arnet.gov/far. This is a small business set-aside with an associated NAICS code of 441222 and small business size standard of $30.0 million dollars. The following are the specifications for the boat and trailer (ready for use): Purpose and use of boat: Used on the big lakes of North Idaho. This skiff will be on the beach with crews cleaning up recreation sites, supporting fire operations, geology, research, and field going gear. All weather capability is a must, seas to 4 feet, 35 Knot winds, poor visibility, and emergency night operations are possible. Specifications: Approximately 8.5' X 21' foot welded aluminum Landing Craft, roof over cabin, interior seating for 4, including operator. The boat should be rated for 8 total passengers. It needs to be equipped with a way to land a Utility Terrain Vehicle (UTV) either a ramp or gangway. There should be 7 feet of work space behind the bow. Have twin engines that individually can get the boat up to plane or a main and emergency auxiliary that can do the same. Trailer is to match boat operational weight of approximately 7500 lb and shall be customized to fit quoted boat with tie downs, spare tire, galvanized, slick bunk, heavy duty jack, sealed LED lights, and to include seven round pin plug. Itemized accessories: Captain and mate seats be shock absorbing Standard running lights, anchor light. Davit (with hand winch), Storage lockers that double as seating fore and aft of the cabin, etc. Battery system (including batteries), power ports for plug in 12 volt appliances, breaker panel for wiring. Folding swim ladder off stern Wrap around engine protection Redundant fuel filtration, fuel gauge Air Trumpet Horn with button on dash Bilge pump with float and auto operation gauges and controls Hydraulic Steering Anti corrosion anodes adequate for fresh and salt water operation windshield wiper Red/white dome light in cabin overhead Nonskid deck coating 3" hooded, lighted magnetic compass calibrated to vessel Fuel tank Mounted life ring fore and aft Danforth Anchor, chain and rode with convenient deployment system The offeror must furnish as part of its offer all descriptive materials or brochures (such as cuts, illustrations, drawings, or other information) necessary for the contracting activity to determine whether the product offered meets the requirements of the solicitation and establish exactly what the offeror proposes to furnish. Offered Product Name: ____________________________________________ Catalog Description or part number:_________________________________ Manufacturer's Name and address:________________________________________ ____________________________________________________________________ Warranty Offered: __________________________________________________________ Vendor is responsible for submitting any information on the above product necessary for the Contracting Officer to determine whether the product offered meets the product's salient characteristics listed in this solicitation. Item 01 - Boat - 1 each $________________________ Item 02 - Trailer - 1 each $_______________________ Freight $________________________ TOTAL $________________________ Only one award will be made to the best value offer made to the Government, considering availability, technical specifications, delivery and price. Offers shall be based on U.S. dollars only. Due to a limited budget for this order, award may be limited to the boat only or deletion of options. Delivery: Should the government determine that it is advantageous to have Contractor deliver the boat; the delivery address is Sandpoint Ranger Station, 1602 Ontario, Sandpoint, ID 83864. The date for delivery is 60 days after receipt of order. All offerors must provide a completed copy of "52.212-3, Offeror Representations and Certifications - Commercial Items". The provision may be found and printed from www.arnet.gov/far/. The following FAR provisions are incorporated by reference: 52.212-1 Instructions to Offerors -- Commercial Items (Addendum to 52.212-1, Clause (f) is deleted) and 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 (May 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __X___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) _X_ (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). _X_ (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C.632(a)(2)). _X_ (21) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (22) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X_ (23) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (24) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (26) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (33) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). _X_ (35)(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). _X_ (37) 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). _X_ (41) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. Offers must be received by August 16, 2011, at 4:30 p.m. Pacific Standard Time at the Idaho Panhandle National Forests Supervisors Office, ATTN: IMAT, 3815 Schreiber Way, Coeur d'Alene, ID 83815. Faxed offers are acceptable; however, it is the responsibility of the Offeror to verify receipt of faxed or emailed documents. Offers may be faxed to: ATTN: Connie Davis, at 208-765-7229 or emailed to cldavis@fs.fed.us. For more information regarding this solicitation, please contact Connie Davis, (208) 765-7496.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/281/AG-02RC-S-11-0106/listing.html)
 
Place of Performance
Address: Sandpoint Ranger District, 1602 Ontario, Sandpoint, Idaho, 83864, United States
Zip Code: 83864
 
Record
SN02510094-W 20110728/110726234547-1239fd1ac6c4004c37d5ec854b74771e (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.