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
|
|
|