SOLICITATION NOTICE
19 -- Hannibal Skiff - Schedule
- Notice Date
- 4/5/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336612
— Boat Building
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Pittsburgh, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor, Pittsburgh, Pennsylvania, 15222-4186, United States
- ZIP Code
- 15222-4186
- Solicitation Number
- W911WN-17-Q-5671
- Archive Date
- 4/27/2017
- Point of Contact
- Connie L. Ferguson, Phone: 4123957551, Carole M. Householder, Phone: 412-395-7274
- E-Mail Address
-
connie.l.ferguson@usace.army.mil, carole.householder@usace.army.mil
(connie.l.ferguson@usace.army.mil, carole.householder@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Schedule of Items This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for quote being requested and a written solicitation will not be issued. The solicitation issued as a request for quote (RFQ) number W911WN-17-Q-5671. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92 The NAICS Code for this acquisition is 336612, Boat Building. The Small Business Size Standard for this NAICS Code is 1,000 employees. In accordance with FAR 52.219-6, this requirement is 100% Set-Aside for Small Business concerns. Any resultant contract shall be Firm-Fixed Price, and one award is anticipated. Hannibal Skiff Purchase Line Item Description QTY Unit Unit Price Total Price 0001 ALUMINUM BOAT - 1 EA • An overall length of approximately 16' • Max person capacity of four people • Maximum weight capacity of approximately 1000 lbs. • Minimum hull gauge of 0.072" Line Item Description QTY Unit Unit Price Total Price 0002 GALVANIZED BOAT TRAILER - 1 EA • Furnished to adequately accommodate the flat bottom boat and motor • Be highway ready and furnished with LED trailer lighting, swing down jack, galvanized steel winch and stand • Equipped with guides to assist loading Line Item Description QTY Unit Unit Price Total Price 0003 OUTBOARD MOTOR - 1 EA • Minimum twenty-five horsepower, (25 HP) • Electric start • Four stroke engine • Four star emissions equipment • Short shaft (15 inches), tiller steered • Electric start, hydraulic tilt and trim Line Item Description QTY Unit Unit Prie Total Price 0004 DELIVERY 1 EA TOTAL Specification These specifications establish the requirements to furnish a complete aluminum boat, motor and trailer package for Hannibal Lock and Dam. The boat shall meet or exceed all applicable U.S. Coast Guard and ABYC safety standards. The vendor shall provide a flat bottom aluminum boat with the following salient characteristics: an overall length of approximately 16'; maximum person capacity of four people; maximum weight capacity of approximately 1000 lbs. and a minimum hull gauge of 0.072". The vendor shall provide an electric start, four stroke outboard motor to be mounted on the aluminum boat, with the following salient characteristics: minimum twenty-five horsepower; four stroke engine; four star emissions equipment; short shaft (15 inches), tiller steered and electric start, hydraulic tilt and trim The vendor shall provide a galvanized trailer compatible to haul the boat specified in paragraph about, with the following salient characteristics: furnished to adequately accommodate the flat bottom boat and motor; be highway ready and furnished with LED trailer lighting, swing down jack, galvanized steel winch and stand and equipped with guides to assist loading. The vendor shall supply product data and/or catalogue cuts for all items listed above. The new aluminum boat shall have a ten year warranty on the hull, covering structural problems that are a result of materials or workmanship. All other components shall carry a standard manufactures warranty of not less than one year. Technical questions may be directed to Scott Edgar at telephone 740-483-2305 or Jason Prince at telephone 412-395-7241 during normal business hours (EST). Any damage to the boat package incurred due to inadequate protection during shipment shall be replaced by the Contractor at his/her own expense. The Contractor shall provide all materials required for protection during shipment. Required Delivery Date: The Government requires delivery of the boat package within 60 days after the date of issuance of a purchase order. Delivery Location: U.S. Army Corps of Engineers Hannibal Lock and Dam 40344 STATE ROUTE 7 Hannibal, OH 43931-0008 Attn: Scott Edgar Phone: 740-483-2305 FOB Point: Destination: Inspection/Acceptance: Destination Shipments are received between 7:00 a.m. and 3:30 p.m., Monday through Friday, Federal Holidays excluded. The Contractor must notify Scott Edgar at least 48 hours prior to the delivery. The provisions and clauses incorporated herein may be accessed at the following link: http://farsite.hill.af.mil FAR Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Addenda to 52.212-1, Instructions to Offerors-Commercial 52.204-7 System for Award Management. 52.204-16 Commercial and Government Entity Code Reporting 52.225-25 System for Award Management. Commercial and Government Entity Code Reporting Prohibition on Contacting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7004 Alt A System for Award Management Alternate A. 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.209-7991 Representation by Corporations regarding an unpaid delinquent tax liability or felony conviction under any Federal Law-Fiscal Year 2016 Appropriations (Deviation 2016-O0002). The Government will issue a purchase order resulting from this RFQ to the lowest price quote conforming to this request for quote. Quoters are expected to complete provision 52.212-3, Offeror Representations and Certifications-Commercial Items Alternate I as part of the SAM registration process. If you have completed your annual representations and certifications electronically, but need to amend or update any of them for this acquisition; you must print the provision, complete it manually, and submit with your offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addenda to 52.212-4, Contract Terms and Conditions-Commercial Items 52.204-9 52.204-13 52.204-18 52.204-19 52.211-17 52.232-39 52.232-40 252.203-7000 252.203-7002 252.204-7003 252.204-7012 252.204-7015 252.223-7008 252.225-7048 252.232-7010 252.243-7001 252.244-7000 252.247-7023 Personal Identity Verification of Contractor Personnel System for Award Management Maintenance Commercial and Government Entity Code Maintenance Incorporation by Reference of Representations and Certifications Delivery of Excess Quantities Unenforceability of unauthorized obligations Providing Accelerated Payments to Small Business Subcontractors Requirements Relating to Compensation of Former DOD Officials Requirements to Inform Employees of Whistleblower Rights Control of Government Personnel Work Product Safeguarding of unclassified controlled technical information Disclosure of Information to Litigation Support Contractors Prohibition of Hexavalent Chromium Export-Controlled Items Levies on Contract Payments Pricing of Contract Modifications Subcontracts for Commercial Items Transportation of Supplies by Sea The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable as follows: 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice Of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 52.222-36 52.222-50 Child Labor Affirmative Action For Workers With Disabilities Combatting Trafficking In Persons 52.223-18 52.225-1 Encouraging Contractor Policies To Ban Text Messaging While Driving Buy American Act-Supplies 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management The Defense Priorities and Allocation System (DPAS) rating is N/A. Quoters must be registered in the System for Award Management (SAM) in order to be issued a purchase order. The SAM registration process may be accessed at the following link: https://www.sam.gov Quoters are expected to complete the Offeror Representations and Certifications - Commercial Items as part of the SAM registration process. If you have completed your annual representations and certifications electronically, but need to amend or update any of them for this acquisition; you must print provision 52.212-3, complete it manually, and submit with your quote. Quotes are due by 12 April 2017, 11:00 AM EST. Quotes will be accepted via email to connie.l.ferguson@usace.army.mil; or via parcel delivery at: U.S. Army Corps of Engineers, Pittsburgh District, Attn: Contracting, Connie Ferguson, W.S. Moorhead Federal Building, 1000 Liberty Avenue, Room 2203, Pittsburgh, PA 15222-4186; or via fax 412-395-7110. Quoters must reference this solicitation number in the subject line of the email or the return address of the parcel or the cover sheet of the fax.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/W911WN-17-Q-5671/listing.html)
- Place of Performance
- Address: U.S. Army Corps of Engineers, Hannibal Lock and Dam, 40344 STATE ROUTE 7, Hannibal, Ohio, 43931-0008, United States
- Zip Code: 43931-0008
- Zip Code: 43931-0008
- Record
- SN04460907-W 20170407/170405234954-85941cbbaea8d7666bcbbf1643742d9c (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 |