Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2005 FBO #1320
SOLICITATION NOTICE

19 -- Overhaul of Patrol Boat

Notice Date
7/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of State, Bureau of International Narcotics and Law Enforcement Affairs, INL RM MS, 2430 E Street, N.W., South Building SA-4 Navy Hill, Washington, DC, 20520
 
ZIP Code
20520
 
Solicitation Number
INL0127408307
 
Response Due
7/26/2005
 
Archive Date
9/30/2005
 
Description
This is a combined synopsis/solicitation, Solicitation INL 0127408307, issued in accordance with FAR 13.105(b), from which the Government intends to award a firm, fixed price contract for the overhaul of a SeaArk 40' Dauntless Patrol Vessel delivered FOB Destination to the USCG Base Miami Beach, FL. Offers must include information on past performance history for overhaul of aluminum vessels of similar design, to include recent government contracts of a similar nature and points of contact in the government contracting offices for the contracts. The price must include FOB Destination (as defined in FAR 52.247-34) delivery to the USCG Base, Miami Beach, 100 MacArther Causeway, Miami Beach, FL 33139. All parts and workmanship must come with warranty. Offers must state the standard warranty provisions and warranty must remain in effect at the final destination, Jamaica. A minimum one year warranty on workmanship is required. The offer must include the delivery schedule. Offers not including all the requested information may not be considered for award. OVERHAUL OF ONE SEAARK 40? DAUNTLESS CLASS PATROL VESSEL Only the hull remains of this vessel, which is 12 years old and contains minor damage and corrosion. The requirement is for a complete overhaul to return the hull to a fully operational patrol boat. The hull is located at USCG Communications Station, 16001 Southwest 117th Avenue, Miami, FL 33177. All equipment and machinery requires replacement. Offers must include pricing for delivery of the vessel to the repair facility and delivery to USCG Station, Miami Beach, FL, upon completion of overhaul. Replace/install the following (only new equipment and parts are acceptable): Diesel Caterpillar engine 3126TA* 420 HP W/Gear (*comparable engine of equivalent quality and technical capability may be substituted for Caterpillar; however, maintenance, repair, servicing and parts for alternative engine must be available in Jamaica. Offer must indicate the name of a company that can supply parts and servicing for the engine offered). Supply EIP Twin Diesel 350-550 HP. Sink in head with pump. Replace toilet, mascerator and extraction pump fitting. Seat pilot deluxe on storage box mount. Radios SSB, ICOM, IC700-130 w/antenna. Radio VHF/DSC ICOM M-502 w/antenna. Air conditioner central unit 24,000BTU. Generator set 5.5 KW Diesel Water cooled EIP, two receptacles. EIR Generator, Diesel, Water-Cooled, 2 Receptacles. Roof hatch, 24? X 24? Lexan. Galley sink, pump, 30-gal freshwater tank. Two burner electric stove. Fit 3 high capacity bilge pumps with auto/manual feature @ 3700 GPH. Replace Siren/PA System. Replace Emergency Strobe Light. Compass, 4-1/2? Card , Lighted. Replace aluminum struts. Radar, 24 NM, 7? LCD, Raytheon SL 72, Closed ARY. Search Light Hand Held. Emergency Flare Kit. Fire Extinguisher, 6 LBS. Fire Extinguisher, 10 LBS, CO2. GPS, Furuno, GP-32. First Aid Kit, Delux. Flood Lights. Trim Tabs, Fixed (standard). Bulk Cushions. Refrigerator, 3.5 CU FT, 12V/110V (NO cabinetry). Shower Set, Hot Water Heater. Anchor PKG, 40 LB W/150? Line and HDWE. Anchor Line (additional). Tow Line 1? Braded. Hull Lettering 8? Letters 20 MAX. Mooring kit (Fender, Ropes, Holders) 4 Each. Boot Striping. Battery Charger, 12V,3 Bank (8D Battery). Pump Extraction, Grey Water Only. Shore Power, 50? Cord Set. Other Work Required: Derig, Clean and Inspect vessel. Repair Damage to Hull at Rudder Port (CG123). Clean and Inspect Fuel Tank. Remove existing Paint and non-skid. Anti-Fouling Bottom paint. Fathometer, 0?-999? Lowrance 3500 W/Thru Hull. Supply standard equipment for 4013 V dauntless Class Patrol vessel. Sandblast vessel. The Jamaican Defense Force Coast Guard (JDF/CG) will conduct sea-worthiness tests on the vessel at or near the Contractor's facility with the Contractor present. The JDF will be allowed a minimum of three visits to the Contractor's repair facility at the following phases of the work: 1) On completion of hull repairs, 2) On completion of propulsion and other machinery installation, and 3) On completion of accommodation and navigation/radio installation. DELIVERY TERMS AND CONDITIONS: Delivery will be made to the USCG Base, Miami Beach, FL. EVALUATION AND AWARD: Award will be made based on best value to the government based past performance on the overhaul of aluminum vessels of similar design, delivery schedule, and price considered. Past performance record will be the most important factor, favorable delivery schedule will be considered as the next most important factor. If offers are rated equal in past performance and delivery schedule, then the lower priced offer will be awarded the contract. A most favorable delivery schedule is 30 - 60 days after receipt of order. An acceptable delivery schedule is within 6 months after receipt of order. The successful offeror must register in the U.S. Government?s Central Contractor Registration (CCR). The website to register is www.ccr.gov. Questions regarding this solicitation should be directed to Sonja Rocks, Contract Specialist, 202-776-8806; email: RocksSM@state.gov. This solicitation closes at 4:00 PM ET, July 26, 2005. APPLICABLE PROVISIONS AND CLAUSES: Note that payment will be made in accordance with the Prompt Payment Act as specified in FAR Clause 52.212-4(g). Invoices may be submitted only after delivery to FOB Point has been made. Payment will be made within 30 days of receipt of a correct and properly submitted invoice. Payments not made within 30 days of receipt of a correct and properly submitted invoice, will incur interest. It is the responsibility of the offeror to review all pertinent clauses that are incorporated by reference. The following Provisions and Clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 (checked clauses under FAR 52.212-5(a)(1) are 52.203-6 and 52.225-13), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. No additional FAR clauses apply. Each offeror must complete and submit with the offer a signed and dated Standard Form 1449 Solicitation/Contract/Order for Commercial Items (complete blocks 17a, 19 - 24, 30 a - 30c) and the clause FAR 52.212-3. FAR clauses and SF 1449 are available online at http://www.arnet.gov/far/. The Addendum provision DOSAR 652.225-70, ARAB LEAGUE BOYCOTT OF ISRAEL (AUG 1999) applies to this procurement and is provided in full text below: 652.225-70 ARAB LEAGUE BOYCOTT OF ISRAEL (AUG 1999) (a) Definitions. As used in this provision: Foreign person means any person other than a United States person as defined below. United States person means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as provided under the Export Administration Act of 1979, as amended. (b) Certification. By submitting this offer, the offeror certifies that it is not: (1) Taking or knowingly agreeing to take any action, with respect to the boycott of Israel by Arab League countries, which Section 8(a) of the Export Administration Act of 1979, as amended (50 U.S.C. 2407(a)) prohibits a United States person from taking; or, (2) Discriminating in the award of subcontracts on the basis of religion.
 
Place of Performance
Address: Miami, FL
Zip Code: 33139
Country: USA
 
Record
SN00841947-W 20050708/050706211855 (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.