Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2011 FBO #3562
SOLICITATION NOTICE

19 -- 12 ea 18 ft Jon Boats with 40 HP Outboard Motors and Accessories

Notice Date
8/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
Mission Division (PARC Americas 410th CSB), 4130 STANLEY RD STE 320, Fort Sam Houston, TX 78234-6102
 
ZIP Code
78234-6102
 
Solicitation Number
W912CL11R0041
 
Response Due
8/31/2011
 
Archive Date
10/30/2011
 
Point of Contact
Mary Sue Austin, 210-295-6065
 
E-Mail Address
Mission Division (PARC Americas 410th CSB)
(mary.austin@us.army.mil)
 
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. (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, in conjunction with FAR subpart 13.5-Test Program for Certain Commercial Items, 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)The solicitation number is W912CL-11-R-0041, and it is issued as a Request for Proposal (RFP). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective August 4, 2011. (iv)This solicitation is being competed as a small business set-aside. The applicable NAICS code is 336612 and small business size is 500 employees. (v)A list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable). 1.12 ea 18 ft Jon Boats 2.12 ea 40 HP outboard motor with 3 Standard Blade Propeller 3.24 ea 25 Liter fuel tanks 4.48 ea lightweight aluminum paddles 5.12 ea 5 meter length heavy-duty nylon ropes 6.12 ea suitable anchors 7.24 ea life jackets, small 8.48 ea life jackets, medium 9.24 ea life jackets, extra large 10.24 easpark plug sets 11.120 eaoil filters 12.120 eafuel filters 13.12 easpare propellers for outboard motors 14.12 eauser/maintenance manuals & spare parts catalog for jon boats 15.12 eauser/maintenance manuals & spare parts catalog for outboard motors 16.1 lottransportation (vi)Description of requirements for the items to be acquired. 12 ea 18 ft Jon Boats, 40 hp outboard motors and accessories as listed in (v) above and attached Statement of Work (SOW). SEE ATTACHED SOW FOR DETAILS OF REQUIREMENT (vii)Date and place of delivery and acceptance and FOB point. Date of Delivery will be determined at time of award. Jon boats and all accessories shall be delivered to: SFC Roland Laforest, USA US Embassy/Military Liaison Office Haiti Office: 011-509-2229-8449 Cell: 011-509-3454-8642 Com: (301) 985-9412 Customs Clearance: The Jon boats will be delivered to the US Embassy, port in Port-au-Prince. The boats must be clearly marked as in transit humanitarian aid destined for Haiti, with no commercial value. A customs broker is required and upon request, a list of available Customs Brokers will be provided. It is essential to provide the required documentation for the customs clearance process. (viii)The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. FAR 52.212-1 ADDENDUM - ALL OR NONE. Paragraph (h) is modified as follows: ONLY ONE AWARD WILL BE MADE AS A RESULT OF THIS SOLICITATION. OFFERS SUBMITTED FOR LESS THAN THE TOTAL QUANTITIES OF ALL THE ITEMS IN THIS SOLICITATION WILL NOT BE CONSIDERED FOR AWARD. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. The evaluation criteria to be included in paragraph (a) of that provision, listed in descending order of importance are: (i) technical capability of the item offered to meet the Government requirement (ii) Price, Technical capability is approximately equal to price. (x) Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5 (DEV), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses applicable to the acquisition: 52.203-3 Gratuities APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2010 52.209-5 Certification Regarding Responsibility Matters APR 2010 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.219-8 Utilization of Small Business Concerns JAN 2011 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JUL 2010 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.223-18 Contractor Policy to Ban Text Messaging While Driving SEP 2010 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.242-13 Bankruptcy JUL 1995 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005 252.219-7003 Small Business Subcontracting Plan (DOD Contracts) OCT 2010 252.219-7003 Small Business Subcontracting Plan (DOD Contracts) OCT 2010 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.225-7012 Preference For Certain Domestic Commodities JUN 2010 252.227-7015 Technical Data--Commercial Items MAR 2011 252.227-7037 Validation of Restrictive Markings on Technical Data SEP 1999 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.246-7000 Material Inspection And Receiving Report MAR 2008 252.247-7023 Transportation of Supplies by Sea MAY 2002 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 410th Contracting Support Regional Contracting Center 4130 Stanley Road, Suite 320 Fort Sam Houston, TX 78234-6102 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of provision 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term supplies is defined in the Transportation of Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it: ____ (1) Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ____ (2) Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256)450-8840 Wide Area Workflow (WAWF) Electronic Invoicing Instructions Contractor shall submit payment request using the following method (s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. X Wide Area Workflow ( WAWF) ( see instructions below) DFAS POC and Phone: Customer Service @ 1-800-553-0527 WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt / Acceptance documents electronically. Contractors using WAWF shall (0 register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business Point of Contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract / order. WAWF Instructions - You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order / contact number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. (TO BE COMPLETED AT TIME OF AWARD) XX Combination Invoice CAGE: ISSUE BY DODAAC: W912CL INSPECT BY DODAAC: ACCEPT BY DODAAC: SHIP TO DODAAC: PAYMENT OFFICE FISCAL STATION CODE: EMAIL POINTS OF CONTACT LISTING: INSPECTOR: RECEIVING OFFICE POC: CONTRACT SPECIALIST: MARY MURRAY, mary.a.murray14.civ@mail.mil CONTRACTING OFFICER: MARY SUE AUSTIN, mary.s.austin2.civ@mail.mil HQ AMC LEVEL PROTEST If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256)450-8840 (xiii) Standard Commercial Warranties consistent with customary commercial practices shall apply to all items. (xv) Offers are to be sent by email to mary.a.murray14.civ@mail.mil, cc to mary.s.austin2.civ@mail.mil, no later than 31 August 2011, 11 a.m. Central Daylight Time (CDT). (xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Mary A. Murray Contract Specialist 410th Contracting Support Brigade Regional Contracting Center 4130 Stanley Road, Suite 320 Fort Sam Houston, TX 78234-6102 CML (210) 295-5527 DSN: 421-5527, FAX 421-6834 email: mary.a.murray14.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f03d06c953775d4ba764a92e8c09ca27)
 
Place of Performance
Address: Mission Division (PARC Americas 410th CSB) 4130 STANLEY RD STE 320, Fort Sam Houston TX
Zip Code: 78234-6102
 
Record
SN02547102-W 20110826/110824235513-f03d06c953775d4ba764a92e8c09ca27 (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.