Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2020 SAM #6872
SOLICITATION NOTICE

19 -- AIRBOAT SERVICE/REPAIR

Notice Date
9/20/2020 4:01:16 PM
 
Notice Type
Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
0413 AQ HQ CONTRACT FORT WAINWRIGHT AK 99703-0510 USA
 
ZIP Code
99703-0510
 
Solicitation Number
W912D0-20-R-0010
 
Response Due
9/23/2020 1:00:00 PM
 
Archive Date
10/08/2020
 
Point of Contact
Cory Cornell, Phone: 9073536119, JOHN R. QUARLES, Phone: 9073532368
 
E-Mail Address
cory.l.cornell.civ@mail.mil, john.r.quarles.civ@mail.mil
(cory.l.cornell.civ@mail.mil, john.r.quarles.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DES Police Department Airboat and Airboat Components and Repair 1. Project Description: The Contractor shall provide all labor, fittings, equipment, components, mounts, devices, accessories, transportation, and storage as required to perform all work in accordance with these specifications, commercial practices and industry standards. The scope of the work includes the procurement of parts, repair, and modification to a Department of Emergency Services (DES) airboat and airboat components. 2. The Contractor shall accept directions only from the Regional Contracting Office- Alaska (RCO-AK) Contracting Officer (KO).� Requests or desires of the users or using agency made directly to the Contractor will be immediately brought to the attention of the KO, and the Contracting Officer�s Representative (COR) if applicable.� Any change to the project scope or other provisions of the SOW must be authorized in writing by the KO. 3. The contractor will furnish and install new parts/materials for the repair of a DES Airboat as defined below. A. The contractor shall perform all functions of this contract off installation except delivery and demonstration requirements listed below.� B. Contractor will coordinate access to Fort Wainwright through the COR, Jason Millett, phone 361-2346 or email Jason.a.millett.civ@mail.mil. C. The contractor shall perform all activities so as to avoid interference with operations of the facility and the work of others. The completed project will provide a complete functional inspection of each component as described below.� Upon completion of all repairs, a Government representative will verify that the airboat passes conventional airboat safety and functionality defined by industry standards. (What are the standards?) D. References in specifications to any brand name equipment or material does not constitute the Government�s requirement to purchase those items.� The vendor may provide items that are equal to or better than the brand name listed in the specifications. 4. Period of Performance (POP) is 60 days after award of contact. 5. General Information Hours of Operation: The contractor is responsible for conducting business with the government between the hours of 0700-1600hrs. Monday thru Friday except Federal Holidays or when the Government facility is closed due to local or national emergencies, administrative closing, or similar Government directed facility closings. 6. Place of Performance: Contractor�s own facility will be used for repairs and installs.� Demonstrations will be on with coordination of COR and DES Police Department. 7. Type of Contract: The government will award a Firm Fixed Price Contract. 8. Security Requirements. All contractor and all associated sub?contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection individual facility or installation change, the Government may require changes in contractor security matters or processes. 9. PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. 10. Key Control: All keys will be issued for performance of contract and returned upon completion. 11. Special Qualifications: The contractor must be able to weld, repair and update the equipment to bring the airboat to fully deployable condition. 12. Point of Contract (POC): The POC monitors all technical aspects of the contract and assists in contract administrations. �The POC is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; monitor Contractor�s performance and notifies both the Contracting Officer and Contractor of any deficiencies, and provide site entry of Contractor personnel. �The POC is not authorized to change any of the terms and conditions of the resulting contract. 13. Government Furnished end items: Service: Not Applicable Facilities: Boat dock area for demonstration and acceptance. Utilities: Not Applicable Equipment: Not Applicable Materials: Not Applicable 14. Contractor Furnished Items and Responsibilities: 14.1. General: The Contractor shall furnish all labor, supplies, equipment, and services required to perform work under this contract that are not listed under Section 3 of this PWS. 14.2. Secret Facility Clearance: Not Applicable 14.3. Materials: The Contractor shall supply all material that is needed to update and repair DES Airboat. 14.4. Equipment: The Contractor shall supply all equipment needed to update and repair DES Airboat. The government will stage, and aid in supplying hull and receiving completed project as needed. 15. Specific Tasks: 15.1. Basic Services. Contractor will procure and install a new airboat motor, build or procure and install a new crew cabin configuration in the DES Police Departments air boat.� The motor and subsequent equipment listed below are required to operate the boat and will be purchased and replaced by installation, by the contractor to ensure the safe and secure operation of the watercraft.� The operations include standard boating capabilities found in industry standards (need a breakdown of the industry standards) of like item used for the purpose of law enforcements mission of conducting patrol, search and rescue, recovery operations, accident investigation and wildlife game management in areas only accessible by airboat.� The motor will be capable of meeting current motor specifications of a LS3 6.0 Levitator or equal. (minimum engine specs.) The motor cooling components will match the replacement motor to ensure performance metrics are met.� Headers will be added to the motor to improve performance and assist in reducing potential damage during high tempo operations. (Need complete list of components) a)�� Procure and install new throttle cable, that will be replaced to ensure proper linkages and length are met.� b)�� Procure or Build new seat stand and crew cab on airboat that includes the purchase and installation of (2) two high back adjustable seats (minimum and maximum height for seats) for front and a (3) three-man bench seat for back.� Seat material will be used as outlined in industry standards. Material will be sufficient enough to prevent basic wear and tear of crewmen using the equipment. (breakdown of the industry standards, type of requested material) c)�� Procure and install a new full set of new gauges with hour meter, rocker switches for lights, bilge pump, windshield wipers, defroster fans, (3) three LED police light bars and a rotational mounted search light.� All items will have some type of light indicator that it is in the on position that does not cause operator (driver) impairment while operating at night. (list of gauges) d)�� Procure and install a new high output heater capable of keeping occupants warm throughout the winter months of Alaskan temperatures.� For calculation purposes the occupants will be wearing standard cold weather gear used during winter months down too light jackets for rain that is found in local businesses to include gloves. e)�� Procure and install a new steering cable capable of operating the airboat in accordance with the industry and equipment on the airboat.� f)��� Procure or build new motor mounts to secure motor to that enables the crewmen to perform basic maintenance (checking fluids, belts, blades and other like items). g)�� Demonstrate that the boat is fully functional and is capable of meeting the scope of work by providing or demonstrating to the Police department that the airboat meets operational needs (test drive). 15.2. Demonstration requirements: ����� a)�� All components have been provided and visually verified by conducting a complete walk around and on/in the airboat.� A check list will be provided that is signed by both parties. (need to provide the checklist so vendor knows the criteria to meet) ����� b)�� All electrical and communications on the airboat will be tested and validated by department. ����� c)�� A demonstration of airboat capability will be conducted by the contractor taking police department crewmen for a test drive. ����� d)�� After complete acceptance the contractor will provide a delivery document (statement) that will be signed by the authorized government contract (COR) representative. (Contracting office does not sign anything other than the initial award) This statement is all cut sheets, warranty documents, and a list of any component that has or comes with a warranty and the warranty time frame that begins upon acceptance and completion of the contract. (COR can sign for the deliverables) 16. CONTRACTOR MANAGEMENT REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer�s Technical Representative (COTR) or also known as the Contracting Officer�s Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor�s name, address, phone number, email address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimate direct labor dollars paid this reporting period (including sub-contractors); (7) Total payment (including sub-contractor); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-contractor if different); (9)Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5727c24b94f74026b9623e69bbf78184/view)
 
Place of Performance
Address: Fort Wainwright, AK 99703, USA
Zip Code: 99703
Country: USA
 
Record
SN05804312-F 20200922/200920230212 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.