SOLICITATION NOTICE
99 -- Utility Vessel Equipment
- Notice Date
- 9/26/2004
- Notice Type
- Solicitation Notice
- NAICS
- 441222
— Boat Dealers
- Contracting Office
- DHS - Border and Transportation Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536
- ZIP Code
- 20536
- Solicitation Number
- IDC-Q-4C0109
- Response Due
- 9/29/2004
- Archive Date
- 10/1/2004
- 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is IDC-Q-4C0109 and is issued as a all or none Request for Quotes (RFQ). The associated North American Industry Classification System (NAICS) code is 441222. This solicitation is unrestricted as to business size. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-24. This is a request for quotation in accordance with FAR 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. Air and Marine Operations requires utility vessel equipment on 12 new utility vessels. The contractor shall furnish the following supplies and quantities as FOB Destination to: Intrepid Powerboats Inc., 11700 South Belcher Road Largo, Florida 33773, Attn: Kate Baker, Telephone Number: (727) 548-1260 EXT 241 CLIN 0001: Twin (2) 225hp Mercury Optimax 25" Outboard Motors Quantity 12, Unit Ea, Unit Price $___________Total $____________; CLIN 0002: Zero Effort DTS (Dual), Quantity 12, Unit Ea, Unit Price $___________Total $____________; CLIN 0003: Northstar 6000i, Quantity 12, Unit Ea, Unit Price $___________Total $____________; CLIN 0004: EPIRB 406 mhz model ACR RLB-35 Cat I (Part # 2742) Quantity 12, Unit Ea, Unit Price $___________Total $____________; CLIN 0005: 10,000 lb trailer to specs. Quantity 12, Unit Ea, Unit Price $___________Total $____________. TRAILER SPECS: The trailer will have a minimum of two axles. It will be constructed from commercial quality aluminum. Trailer must be capable of safely transporting this vessel at highway speeds for cross-country distances. It will be equipped with a disk braking system sufficient to stop the gross tonnage of the loaded unit. Brake calipers will be designed for submersion in salt water. Brakes will be equipped with bronze pistons, stainless steel hardware (bolts, pins, clips, etc.) and stainless steel rotors. All hydraulic lines will be solid stainless steel or another material rated for a minimum of 3000 psi and acceptable to the Bureau of Immigration and Customs Enforcement. The master cylinder fluid well will have a gasket metal cap, which can be securely fastened to reduce the possibility of moisture contamination of the brake fluid. The axel shall be of torsion suspension design. The trailer will utilize only stainless steel fasteners. It shall be equipped with a spare wheel/tire, tongue jack, submersible lights and have a fully sealed (water tight) electrical system. The trailer will be fully equipped for submersion during a marine launching. The trailer manufacturer will warrantee the trailer and its entire component parts against failure for a minimum of three years from the date of delivery to the Immigration and Customs Enforcement. The warrantee agreement will include a statement where the trailer manufacturer will agree to repair and/or replace any failed part of the trailer (excluding tires and brake pads) at no expense to the Immigration and Customs Enforcement during the warranty period and that should emergency repairs be required, the manufacturer agrees to reimburse the service for the costs of the repair, including parts and labor. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: I. Provision 52.212-1, Instructions to Offerors- Commercial Items applies. II. Provision 52-212-2, Evaluation - Commercial Items applies. Quotations will be evaluated on price and ability to meet required delivery schedule. III. Offerors are required to submit a completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items with their offer. IV. Clause 52.212-4, Contract Terms and Conditions- Commercial Items and any addenda the clause applies to this acquisition, Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to the award document. Quotations are due on 28 September 2004 at 1:00p.m. Eastern Time. Electronic submission will be accepted. Proposals may be faxed to (202) 514-3353, Voice 202-514-1959 or emailed to victoria.short@dhs.gov.
- Record
- SN00682272-W 20040928/040926211509 (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 |