Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 31, 2022 SAM #7426
SOLICITATION NOTICE

20 -- LCM OUTBOARD REPLACEMENT

Notice Date
3/29/2022 11:29:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
SER NORTH MABO (53000) GATLINBURG TN 37738 USA
 
ZIP Code
37738
 
Solicitation Number
140P5322Q0019
 
Response Due
4/8/2022 2:00:00 PM
 
Archive Date
04/23/2022
 
Point of Contact
Leady, William, Phone: 470.367.9167
 
E-Mail Address
William_Leady@nps.gov
(William_Leady@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Offers are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Supply the following: � LCM Motor Specs: PROVIDE AND DELIVER THE FOLLOWING ITEMS. 2 Outboard Motors, complete with lower gear case. -425 HP, nominal. -30� shaft length on lower gear case. -Total weight per outboard, including lower gear case. 980lb maximum. XF425NSB- Yamaha 425hp Powerhead- QUANTITY 2 (or equivalent) LWK6GRRU- 30� Right Hand Gear Case- QUANTITY 1 (or equivalent, matching for powerhead) LWK6GSLU- 30� Left Hand Gear Case- QUANTITY 1 (or equivalent, matching for powerhead) Prop: QUANTITY (2); 1 Left, 1 Right -4 Blade -Stainless steel -Matched for a 42� semi-flat bottom landing craft. -Powertech or equivalent. -The current props for our 350hp configuration are 16� Diameter, 17 Pitch. -With all necessary hubs and adapters. At time of purchase the following motors will be returned to selected vendor to be credited as trade-in value. The following motors are in good condition with approximately 1200 hours. These motors are still in use. Hours may increase. Motors have 30� lower units. 1 Lefthand, 1 righthand rotation. Yamaha F350 S/N: 1017401 S/N: 1017402 Vendor will include their offer for trade-in value on the same quote to show one total price for new motor package. Return shipping for trade-in outboards will also be responsibility of the vendor. Vessel is currently rigged with main harness for Yamaha powerheads. Yamaha electronic shifting and newest generation of Yamaha dash/display. Motors provided will be plug and play with existing wiring, harnesses, and electronics currently rigged on the Landing Craft. See serial numbers from trade engines to determine compatibility. � All inclusive warranty including (parts, labor, travel, per diem etc.) � Delivery to Cape Hatteras National Seashore, Wright Brothers National Memorial Maintenance Shop, 800 Colington Rd, Kill Devil Hills NC 27948 � Solicitation 140P5322!0019 is issued as a request for quotation (RFQ). It is the Offeror�s responsibility to be familiar with applicable provisions and clauses. See https://gov.ecfr.io and https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as total small business set-aside under NAICS code 336612� Boat Building and small business size standard of 1000 employees. Please review this solicitation in its entirety including solicitation attachments provided herein and submit an offer for the requested Remote Mower as outlined within this request for quotes (RFQ). Offerors shall submit their firm fixed-price quote using the pricing schedule identified within this RFQ. The provision at 52.212-1, Instructions to Offerors � Commercial Items (JUN 2020), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Submission of offers. Electronic Submission of offers is required. Offers shall be submitted via email to the following: William Leady, William_leady@nps.gov not later than April 8, 2022 1700 ED. Offerors shall submit a clear and complete quote, and include only information that is relevant to this notice. Offerors shall submit their firm fixed-price quote using a lump sum price quote. Email Format: The subject line of all emails that comprise the proposal shall be formatted as follows: Subject: 140P5322Q0019 LCM Outboard Replacement (b)(1) Complete and submit lump sump pricing and include product specifications Include trade in amount for outboard motors listed above. (b)(2) Offerors shall identify and explain any exception, deviation, or assumption to the solicitation terms and conditions and provide accompanying rationale. Offerors are cautioned that it is not the Government�s intent to incorporate the Offeror�s proposal in the resulting award. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Discrepancies. If an Offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the Offeror shall immediately notify the Contracting Officer in writing with supporting rationale as well as the remedies the Offeror is asking the Contracting Officer to consider as related to the omission or error. The Offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. (c) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 days following submission. (g) Contract award. The Government intends to evaluate offers and award a firm fixed-price contract without discussions with Offerors. Therefore, the Offeror�s initial offer should contain the Offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received. System for Award Management. In order for an Offeror to be considered for award, the Offeror must be registered in System for Management Award (SAM). Visit the SAM website at https://www.sam.gov/SAM/ for further information. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies. (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: Lowest Price Technically acceptable. (b) 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. Offerors shall use lump sum pricing for their firm fixed-price proposal. Offerors are required to complete the representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAR 2020) OR complete electronic annual representations and certifications at the System for Award Management https://www.sam.gov/SAM/. For your convenience all referenced representations and certifications are attached to this RFQ. NOTE: Offeror is required to complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically in SAM. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition. The clause at 52.217-8, Option to Extend Services (Nov 1999) applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor before the contract expires. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JUN 2020), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: (Attachment 1, 37 pages includes additional clauses) The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.217-5, Evaluation of Options ( July 1990) 52.228-5 Insurance-Work on a Government Installation (Jan 1997) 52.232-18, Availability of Funds (Apr 1984) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.247-34, FOB Destination (Nov 1991)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b7e1de7d2f6a4a619d66cb4741e5c4dc/view)
 
Record
SN06282628-F 20220331/220329230103 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.