Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,2000 PSA#2671

U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division, Contracts Branch A WC31, 7600 Sand Point Way NE, Seattle, WA 98115-6349

19 -- ROV OR SUBMERSIBLE, & SUPPORT VESSEL NEEDED FOR MONITORING STUDY IN OLYMPIC COAST NATIONAL MARINE SANCTUARY SOL 52ABNC000082 DUE 090700 POC Jan Sullivan, voice: (206)526-6032 fax: (206)526-6025 E-MAIL: Click here to contact Contract Specialist via E-mail., Janice.M.Sullivan@noaa.gov. 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; offers are being requested and a written solicitation will not be issued. The solicitation number is 52ABNC000082 and is issued as a Request for Proposals (RFP). This procurement will be conducted using simplified acquisition procedures under FAR Part 15. The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular (FAC) 97-17. Any resulting contract from this solicitation will be a firm-fixed price, delivery date of maximum 120 days after contract award; FOB Bodega Bay, CA. The standard industrial classification code (SIC) is 3732. The Cordell Bank National Marine Sanctuary has a requirement for one boat to be used to conduct oceanographic research and biological surveys in coastal waters of the northeast Pacific off San Francisco, California The minimum vessel requirements include: 30-33 foot length with a unitized fiberglass hull; 10 to 11 foot beam; 28 to 40 inch draft; dual engines, outdrives with twin propellers; maintain a cruising speed of 20 knots; V type planing hull; forward hard-top cabin; self bailing washdeck; sealed floatation below deck; horn; scuppers at deckline; tractionized decking and hatches; fuel capacity of approximately 250 gallons; decking shall have bracing and supports to facilitate attachment of a hydraulic winch and an A-frame or davit for net tows and deployment of oceanographic equipment over the side or off the stern; vessel should also be configured to support diving operations by providing easy access in and out of the water. The cabin/wheelhouse shall have the following features: Forward hardtop cabin, with two bunks including foam mattresses and ample wheelhouse area for operators and equipment; a cabin door with lock located aft to allow easy access and vision to the aft work deck; forward windows shall slope away from the operator and equipped with electric wipers; side windows on cabin must slide open and be water tight when closed; console for starboard wheel and a port chart table with a captain's chair and one pilot seat; and a separate enclosure with door and lock for head, marine toilet, holding tank with drain out capacity for dock side drain, fresh water tank, small sink with faucet and manual pump. The engine wiring harness shall have emergency cut off switch for key, choke, and ignition functions. Commercial Switch Panel shall be compact and have bilge pump automatic/manual switch with LED on light, 2-position compass/dash light, 2-position anchor/navigation light and single position switches for two accessories. All mechanical equipment to be completely installed, aligned and factory guaranteed. This shall include engines, drives, propellers, batteries and cables, instruments, steering controls, wiring harness, power trim and all necessary components to complete the mechanical system. The instrument panel shall include the following (one each per engine): ignition switches; oil pressure gauges; temperature gauges; tachometers; engine hours; and trim gauges. Piping shall be supported and braced to prevent vibration; where pipes pass through water-tight bulkheads, or decks, penetrations shall be made watertight on both sides of the bulkhead. Individual fixed Halon system shall be installed in the engine compartment. The vessel is to be inspected and certified by the U.S. Coast Guard. The Contractor shall submit as part of the offer, two copies of the preliminary profile and layout drawings and brief specifications including the following: should include the following: outboard profile; inboard layout; arrangement of power and drives; lines and offsets; structural plans of hull and transverse sections; hull penetrations and shell connections; shafts, struts, rudders, and steering layout; electrical system and load analysis; fuel, hydraulic, water, and bilge piping; tanks(with capacity tables); and layout inside the cabin. The following clauses and provisions are applicable to this acquisition and are incorporated by reference as follows: FAR Provision 52.212-1, Instructions to Offerors-Commercial applies to this acquisition and there are no addenda to this provision; Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with offer; FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The following FAR clauses and provisions are applicable to this acquisition and are added: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-34, 52.212-1, Addendum: 52.214-33, Submission of Offers in the English Language; and 52.214-34, Submission of Offers in US Currency. Full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.Arnet.gov/far. Evaluation/Selection: Price and technical quality are considered to be of equal importance. Technical criteria for evaluation includes the following factors of equal importance: 1) Record of proven acceptable past performance, quality of workmanship, and policy for testing boats; 2) Proven capability to provide the required boat while complying with required delivery schedule; and 3) Availability of like-model boat with same key features for sea trials to evaluate the quality of materials and construction, steerage, engine controls, seaworthiness at various cruising speeds in differing conditions and the operation of electronics and accessories. RFP submissions must be in writing and are due in the designated contracting office by 2:00 pm, local time, September 7, 2000, at the address noted below. Submissions to include (1) offer price for the contract line item and includes a date and signature of a representative of the company who has authority to bind the company; (2) the Contractor's name, address, telephone number, fax number, and DUNS number; (3) a signed copy of the Representations and Certifications (FAR 52.212-3); and (4) complete responses to the technical criteria listed above. Addressing shall be: (a) If mailing through the U.S. Postal Service use the following address: DOC/NOAA/WASC, Acquisition Management Division, 7600 Sand Point Way NE, Seattle, Washington 98115-6349; and (b) If hand delivery, or using a courier service, use the following: DOC/NOAA/WASC, Acquisition Management Division, 7600 Sand Point Way, NE, Building 1, Location 22, Seattle, Washington 98115-6349. Submission of faxed responses is not allowed under this solicitation and will not be accepted. For your convenience a price schedule is available and will be provided upon request. All responsible sources may submit a bid which will be considered by the Agency. Posted 08/22/00 (W-SN488953). (0235)

Loren Data Corp. http://www.ld.com (SYN# 0177 20000824\19-0001.SOL)

19 - Ships, Small Craft, Pontoons and Floating Docks Index  |  Issue Index |


Created on August 22, 2000 by Loren Data Corp. -- info@ld.com