|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1998 PSA#2043Commander (FCP), USCG MLC (Pacific), Finance Division, Coast Guard
Island, Alameda, CA 94501-5100 19 -- ALL WELDED ALUMINUM WORKBOAT SOL DTCG-98-Q-6PB766 DUE 031898 POC
Point of Contact -- Terry Craft, Purchasing Agent (510) 437-3004
E-MAIL: click here to contact the purchasing agent,
tcraft@d11.uscg.mil. This is a combined synopsis/solicitation for a
commercial item 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. The
Request for Quotation number is DTCG-98-Q-6PB766 and incorporates
provisions and clauses in effect through Federal Acquisition Circular
97-03. This acquisition is set-aside 100% for small business. The SIC
code is 3732 the small business size standard is 500 employees. The
contract type will be firm fixed price. The Government proposes to
solicit quotes on the following item: One (1) Each 18 -- 21 foot
commercially available, all welded aluminum workboat with outboard
motors and trailer in accordance with the following performance
specifications: Hull Design/material: Commercial heavy-duty all welded
aluminum with "V" bottom and rounded or squared bow. "V" bottom design
to allow safeand comfortable ride in 4-6 foot seas. Rounded or squared
bow to allow safe transport of personnel and material to fixed and
floating Aids to Navigation (ATON) structures. Self bailing with
non-skid deck for safe deck work in inclement weather. Length 18-21
feet with inside beam 6-7 feet. Interior side height from deck to rail
of 3 feet for safe alongside work. Maximum draft of 2-2.5 feet.
Weight/Carrying Capacity: Maximum overall weight with power assembly,
3,500lbs. Carrying capacity, 4 POB and 3000lb of equipment and repair
material. Handling Characteristics: Boat should be able to operate
safely in seas from 4-6 feet and winds up to 30 knots, either fully or
minimally loaded. Boat should show no unstable characteristics during
turns and when at speed or no "corking" with no way on. Chine walk or
hull walking is unacceptable for crew safety. Deck fittings/console:
Fully welded cleats fore, aft and amidships. Three/four point lifting
eyes welded to deck or rail area for hoisting and crane lifting.
Console shall be sit down/backrest all welded console with minimum
height of 6 feet above waterline to hold DGPS unit antenna, standard
electronics and navigation light package. Unit shall include a
wind/spray shield to offer weather protection for operator. Console
shall be mounted far enough aft to allow unobstructed work in forward
area. Power/steering/fuel: Twin 70-115hp Direct Fuel Injected (DFI)
Outboards with extra long shafts. Hydraulic steering, 12 volt marine
grade breaker panel, battery and battery switch. Fuel capacity 60-90
gallons. Fender/flotation: Continuous and easily repairable fender and
floatation system around complete boat. Flotation may be contained
internally but to not obstruct work or diminish work area and usable
deck space. Trailer/trailer eye: Galvanized tandem axle self adjusting
float-on trailer with hydraulic brake system on all wheels. Reinforced
welded trailer bow eye on boat. Shipping and Delivery: The contractor
shall deliver to OFFICER IN CHARGE, AIDS TO NAVIGATION TEAM, (ANT)
SANFRANCISCO, YERBA BUENA ISLAND, SAN FRANCISCO, CA 94130-5000 on or
before April 30, 1998. Shipment shall be marked with the purchase order
number, name and address of the contractor on the outside for identify
purposes. Award of this purchase will be based on the following
criteria: (1) Lowest price of item that meets or exceeds
specifications, (2) Warrantee of boat, engines and trailers, (3)
Reliability; this factor will be evaluated based on the proven
reliability of the hull design. Prospective contractors shall provide
information (i.e., letters from customers, awards received for product,
copies of independent testing reports etc.) which can be used by the
issuing office to determine the reliability of the products offered.
The following FAR provisions apply to the acquisition: FAR 52.212-1,
Instructions to Offers -- Commercial Items. FAR 52.212-3, Offeror
Representations and Certifications -- -Commercial Items, all offerors
are to include with their offer a completed copy of FAR 52.212-3.
(Copies of FAR 52.212-3 are available upon request from the Contracting
Officer or on the world wide web at
http://www.arnet.gov/far/97-03/html/52_000.html), FAR 52.212-4,
Contract Terms and Conditions -- Commercial Items. FAR 52.212-5,
Contract Terms and Conditions required to Implement Statutes or
Executive Order -- Commercial Items. The following clauses cited in FAR
52.212-5 are applicable to this acquisition: FAR 52.222-26, Equal
Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special
Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36,
Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR
52.222-37, Employment reports on Special Disabled Veterans of the
Vietnam Era (38 U.S.C. 4212), 52.225-3, Buy American Act-Supplies (41
U.S.C. 10), FAR 52.225-21 Alternate I -- -Buy American Act-North
American Free Trade Agreement Implementation Act-Balance of payments
Program (41 U.S.C. 10, Pub L. 103-187). An addenda is included to
incorporate clause 52.219-6, Notice of Total Small Business Set-Aside.
Offers are due on March 18, 1998, 5:00pm local time. Offers shall be
mailed to Commander, Maintenance and Logistics Command Pacific, Bldg.
54-A, Coast Guard Island, Alameda, California 94501-5100, Attn: Ms
Terry Craft. Offers must provide as a minimum: (1) solicitation number;
(2) name and address, point of contact and telephone number of the
offeror; (3) terms of any expressed warranty; (4) price and discount
terms; (5) a complete copy of representations and certifications; (6)
sufficient technical literature and description to allow the
Contracting Officer to evaluate conformance with the technical
requirements as well as evaluate the offer's past performance
qualifications and proposed delivery schedule. The following notice is
for informational purposes: Minority, Women-owned, and Disadvantaged
Business Enterprises (DBEs). The Department of Transportation (DOT),
Short-Term Lending Program (STLP) offers working capital financing in
the form of lines of credit to finance accounts receivable for
transportation related contracts. Maximum line of credit of $500,000
with interest at the prime rate. For further information and
application forms concerning STLP, call (800) 532-1169. Internet
address: http://osdbuweb.dot.gov. See Note 1. (0058) Loren Data Corp. http://www.ld.com (SYN# 0182 19980303\19-0001.SOL)
19 - Ships, Small Craft, Pontoons and Floating Docks Index Page
|
|