SOLICITATION NOTICE
19 -- Boat, Motor, and Trailer
- Notice Date
- 5/20/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- BLM IDAHO STATE OFFICE 1387 S VINNELL WAY BOISE ID 83709
- ZIP Code
- 83709
- Solicitation Number
- DLQ030037
- Response Due
- 5/30/2003
- Archive Date
- 5/19/2004
- Point of Contact
- Chris Shaver Purchasing Agent 2083733817 Chris_Shaver@blm.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEASEC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ), number DLQ030037. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-11. This solicitation is set-aside for small business under North American Industry Classification System (NAICS) code 441222. The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. The line item numbers are: Item 1, 18 -19 foot Aluminum Semi-Vee Boat. Quantity 1 each -Center console steering -Hull- semi-vee, recessed bottom jet tunnel, all welded marine aluminum alloy construction, with aluminum rails in the rear running to the center console. Hull design must accommodate a minimum water depth of 3 inches on plane. -Capacity for 4 persons, two seats behind the center console and two flip-up seating in the front. -Console protected by a detachable overhead rack assembly for mounting antenna's, lights, and accessories. -Dry Weight: NTE 1500 lbs. Deadrise: 9(+/-1). Bottom Width: 5 ft-8 in. (+/- 2") -Centerline length: 18 to 19 ft. -Storage: lockable storage under driver's seat. -Side Height: 25 to 27 inches. -Side Gauge min. 1/8 inch. -Fuel Tank: minimum 30 gallons under floor, welded. -Flooring: non-skid with under floor storage. Bilge Pump: minimum 500 GPH. -Transom Height: (Must fit Engine). -Safety Items: Windshield wiper, and Coast Guard approved lighting. -Gauges-console: 12 volt Aux, tachometer, fuel, and engine tilt. -Built in: Fuel/water separator -Oarlocks and blocks: welded solid aluminum center pin w/two 8 foot length oars. Line Item 2, Engine. Quantity 1 each Minumum 175 HP Two Cycle Outboard w/Controls at Console. -Engine Thrust: Four blade stainless steel impeller jet unit. -Fuel Mgt.: Fuel Injected w/two-cycle oil injection. -Starting: Electric. Trim/Tilt: Electric powered - remotely operated. -Alternator: minimum 60 amp w/regulator and battery insulation. -Battery: Heavy Duty Marine located in permanent enclosed container attached to floor. -Fuel Filter: Replaceable cartridge canister mounted on transom. Line Item #3 Trailer. Quantity 1 each Minimum 2500 lb. spring and axle EZ loader or equivalent, padded bunks and side rails, adjustable winch stand w/2500 lb. boat winch, bearing buddies or equivalent, fender skirts and fender steps. -Boat cover for storage. -Boat must meet or exceed U.S. Coast Guard floatation standards published in 33 CFR 183 (42 FR 20242) and Boating Safety Regulations for comparable watercraft. The FOB Point is Destination: The delivery address is Bureau of Land Management, Idaho State Office, 1387 S. Vinnell Way, Boise, ID 83709. More than one contract award may be made under this solicitation. Bidders may bid on a single line item or any combination of line items. Award will be made to the lowest responsive, responsible bidder based on each individual line item or a combination of line items that is most advantageous to the government and within available government funds. The web site to view the following provisions is http:arnet.gov/far. The provision at 52.212-01, Instructions to Offerors-Commercial is applicable. Offerors shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause 52.212-4, Contract Terms and Conditions-Commercial Items, is applicable. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is applicable, and the following additional FAR clauses cited in the clause are applicable: 52.219-6, 52.222-21, 52.222-35, 52.222-36, 52.222-37, 52.232-34, 52.232-36. Offers are due at the above office by close of business May 30, 2003. The estimated delivery date is July 11, 2003. Fax quotes will be accepted at (208) 373-3915. For additional information contact Chris Shaver, Contracting Officer at (208) 373-3817.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=LM142201&P_OBJ_ID1=477833)
- Place of Performance
- Address: Boise, ID
- Zip Code: 83709
- Country: USA
- Zip Code: 83709
- Record
- SN00328881-W 20030522/030520214651 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |