Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2005 FBO #1278
SOLICITATION NOTICE

19 -- STEEL WORKBOAT FOR MARITIME ADMINISTRATION'S BEAUMONT RESERVE FLEET, BEAUMONT, TX

Notice Date
5/25/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
DOT/Maritime Administration, CR Acquisition 500 Poydras Street Room 1223 New Orleans LA 70130
 
ZIP Code
70130
 
Solicitation Number
DTMA3Q05016
 
Response Due
6/21/2005
 
Archive Date
5/25/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR 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 solicitation number for this procurement is DTMA3Q05016 and it is being issued as a Request for Quotation. The solicitation is 100% small business set-aside. The North American Industry Classification System is 336612. The small business size standard is 500 Employees. The BID SCHEDULE consists of: ITEM 0001 WORKBOAT IN ACCORDANCE WITH THE FOLLOWING SPECIFICATIONS: HULL - Maximum Dimensions 25'- 9" x 12' x 5'-0" constructed of: a) ?" A-36 Prime Steel Plate used on decks, sides, and bottom; b) Headlog and transom constructed of 5/16" steel plate; c) Structural angle framing throughout. All steel is to be A-36. SUPERSTRUCTURE - 3/16" Steel construction consisting of: a)Control console with steering, throttle controls and engine instrumentation b)Metal access door c)Vertical sliding windows d)Elevated Engine Room House for increased visibility. (Approx. 14 to 15 foot eye level) e)Capabilities for truckable shipment. WINDOWS & DOORS - a)Single pane safety glass, vertical sliding b)Door - steel entry door with sealed window PAINTING and COATINGS - a)Hull interior engine room and voids to receive one coat of surface tolerant epoxy b)Exterior hull surfaces will receive two coats of two-part epoxy topcoat c)Exterior superstructure will receive two coats of enamel PROPULSION - a)(2) diesel engines, rated 350 horse power rated total b)Marine transmissions. 3:1 ratio SHAFTING - a)Propeller and steering rudder shafts - 2 ?" diameter S/S with Dripless stuffing boxes b)Flanking rudder shafts - 2 ?" diameter MECHANICAL PIPING SYSTEMS a)Engine cooling - Fabricated keel coolers b)Fuel - 400 gallon capacity with steel piping and fittings c)Exhaust - Dry type with muffler and expansion joints HYDRAULIC STEERING - a)Steering main and flanking rudder positioning indicator b)Electric controls to hydraulically controlled steering cylinders STEERING GEAR a)(2) Main steering rudders b)(4) Flanking rudders c)Upper and Lower rudder bearings ENGINE CONTROLS - a)Full instrumentation including tachometers, water temperature, oil pressure gauges, b)Hour & voltage meters. All alarms and with engine starter switches ELECTRIC SYSTEM - a)Horn, spotlight and lights mounted on top pilot house, running lights and overhead lights b)12VDC with a (6) circuit pilothouse fused switch-panel NAVIGATION LIGHTS - a)Complete system as required by USCG certification INTERIOR FINISHING - Epoxy coated all engine room and all voids one coat surface tolerant epoxy and two coat of two-part epoxy topcoat. PLUMBING - a)(1) 12VDC Bilge pump PROPELLERS - a)Bronze, (4) blade heavy workboat style, 30" diameter X 24" pitch b)Stump jumpers for propeller protection DECK FITTINGS _ a)(2) H-Bitts b)(4) Single side bitts c)(2) 2-ton manual winches d)Lifting lugs e)Push knees extend 54" above deck and faced push knee pads SHIPPING WEIGHT - MAXIMUM - 24,000 - 29,000 LBS DELIVERY: MARAD's BEAUMONT RESERVE FLEET, 2600 Amoco Rd., Beaumont, TX 77705 (Tel: 409/722-3433) within 60 days ARO. FOB POINT: Destination. Provision at FAR 52.212-1, Instruction to Offerors - Commercial applies to this acquisition. The following addenda is provided to this provision: Request for Quotation Offers shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE; ANY DISCOUNT TERMS; AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the offeror representing the best value to the Government considering price, technical (capability of the item offered to meet the agency need) and past performance. All offerors MUST BE REGISTERED AT THE CENTRAL CONTRACTOR REGISTRATION (CCR) site (www.ccr.gov). Information concerning CCR registration requirements may be viewed on the Internet at http://www.ccr2000.com/ or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE ADDITIONAL DOCUMENTATION AS FOLLOWS: (1) a complete copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer; (2) Name, address, point of contact and telephone number for three recent (less than 3 years ago) contracts for a similar item; (3) brochure or other technical literature describing the craft being proposed, including warranty of items. The following FAR clauses apply to this solicitation and are incorporated by reference. FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Pursuant to FAR Clause 52.212-5 the following clauses apply if marked /X/: __x__FAR 52.233-3, Protests after award __X_FAR 52.203-6, Restrictions on Subcontractor Sales to the Government _____FAR 52.219-3, Notice of Total Hub zone Set Aside _____FAR 52.219-4, Notice of Price Evaluation Preference for Hub zone Small Business concerns _____FAR 52.219-5, Very Small Business Set-Aside _____ Alt I ____ Alt II __X__FAR 52.219-6, Notice of Total Small Business Set-Aside ____Alt I ____Alt II _____FAR 52.219-7, Notice of Partial Small Business Set-Aside____Alt I ____Alt II __x__FAR 52.219-8, Utilization of Small Business Concerns _____FAR 52.219-9, Small Business Subcontracting Plan ____Alt I ____Alt II _____FAR 52.219-14, Limitations on Subcontracting _____FAR 52.219-23,Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns ____Alt I _____FAR 52.219-25, Small Disadvantaged Business Participation Program Disadvantaged Status and Reporting _____FAR 52.219-26, Small Disadvantaged Business Participation Program Incentive Subcontracting _____FAR 52.219-27, Notice of Total Service Disabled Veteran Owned Small Business Set Aside __x___FAR 52.222-3 Convict Labor (E.O. 11755), __x___FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies __x___FAR 52.22-21, Prohibition of Segregated Facilities __x___FAR 52.222-26 Equal Opportunity (E.O. 11246), __x___FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), __x___FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), __x___FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), _____FAR 52.223-9, Estimate Percentage of Recovered Material Content for EPA Designated Products ____Alt I __x___FAR 52.225-1, Buy American Act-Supplies __x___FAR 52.225-3, Buy American Act- Free Trade Agreement-Israeli Trade Act _____Alt I ____Alt II _____FAR 52.225-5, Trade Agreements __x___FAR 52.225-13, Restrictions on Certain Foreign Purchases ___x__FAR 52.225-15, Sanctioned European Union Country End Products _____FAR 52.225-16, Sanctioned European Union Country End Services _____FAR 52.232-29 Terms for Financing of Purchases of Commercial Items _____FAR 52.232-30 Installment Payments for Commercial Items __x___FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration _____FAR 52.232-34 , Payment by Electronic Funds Transfer Other than Central Contractor Registration _____FAR 52.232-36 Payment by Third Party _____FAR 52.239-1 Privacy or Security Safeguards _____FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) _____Alt I _____FAR 52.222-41, Service Contract Act _____FAR 52.222-42, Statement of Equivalent Rates for Federal Hires _____FAR 52.222-43, Fair Labor Standards Act and Service Contract Act Price Adjustment Multiple Year and Option Contracts _____FAR 52.222-44, Fair Labor Standards Act and Service Contract Act Price Adjustment _____FAR 52.22-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor contractor Collective Bargaining Agreement RESPONSE TIME: OFFERS WILL BE ACCEPTED AT THE MARITIME ADMINISTRATION CENTRAL REGION OFFICE, 500 POYDRAS ST., ROOM 1223, NEW ORLEANS, LA. 70130-3394 UNTIL NO LATER THAN 2:00 P.M. CDT ON 21 JUN 2005. ALL OFFERS SHALL BE MARKED WITH REQUEST FOR QUOTATION NUMBER, RECEIPT OF QUOTATION DATE & TIME, AND PROJECT TITLE ON THE OUTSIDE OF THE PROPOSAL ENVELOPE. FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. POINT OF CONTACT: DEIDRE ROBICHEAUX, TELEPHONE: 504/589-2000 x238; FAX: 504/589-2886 deidre.robicheaux@marad.dot.gov
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MR693800&objId=221471)
 
Record
SN00815261-W 20050527/050525211915 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.