Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2006 FBO #1691
SOLICITATION NOTICE

19 -- A REQUEST FOR QUOTATION IS ISSUED FOR CETACEAN PROGRAM WORK BOAT

Notice Date
7/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
441222 — Boat Dealers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
WASC-06-0939
 
Response Due
7/27/2006
 
Archive Date
8/11/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation, item is being procured in accordance with FAR Part 13, Simplified Acquisitions Procedures. The office of NOAA National Marine Fisheries Service (NMFS) , Pacific Island Fisheries Science Center (PIFSC) Located in Honolulu, HI has a requirement for a Cetacean Work Boat . The boat MUST include the following specifications: 1.) Hull Specifications: Length Overall (LOA)- 21? to 25?, Beam (minimum) 6-9 feet, Hull type modified/semi deep-vee, Hull Material Fiberglass/Polyurethane foam wood reinforcement on stress points (optional), Capacity (minimum) 4-6 persons + 800 lbs gear; 2.Engine Specifications: Type- 4 stroke outboard, Setup- twin, Brand- Yamaha (preferred) or Honda, Internal Fuel capacity (minimum)30 gal; 3. Electronics Specification: Garmin GPS chart-plotter/depth finder combination unit w/speed indicator Icom VHF two way radio; 4. Observation Tower Specifications: Weight capacity (minimum)2 persons/450 lbs, Height above deck 6 feet; 5.Tow Post Specification: Weight capacity (minimum) 800 lbs, Height (minimum) ~2? clearance above engines; 6.Trailer Specifications: Trailer tongue extendable, Electric hookup 4-pin. The boat must be configured such that it will provide a stable working platform for cetacean surveying and sampling work. The boat must be a semi-enclosed hull, open cockpit console (helm), approximately 21-25 ft Length Overall (LOA). The hull must be a modified/semi deep-vee design for maximum stability at slow speeds as well as maneuverability when working near cetaceans. The boat must have a minimum 6-9 ft beam with an open work deck, and at least a maximum capacity of 4-6 persons and 800 pounds of gear.The boat must be powered by twin outboard Yamaha or Honda 4-stroke engines of adequate size. All appropriate engine and fuel gauges must be mounted in the helm. The boat should have a minimum fuel capacity (internal) of 30 gallons and the ability to utilize external portable gas tanks to extend the range of the boat. The boat must have an observation platform, to conduct cetacean surveys, approximately 6 feet above the deck that will safely seat two (2) observers (approximately 450 lbs). In addition, the bow of the boat must have a bow aluminum safety railing and be accessible for observers to conduct sampling and observations. The boat must also have a GPS chart-plotter, depth sonar, and VHF radio mounted in the helm within reach of the boat operator.The boat must have the ability to tow a sonar array from its stern. A ?samson post? or other means to tow an array must be mounted at or near the stern of the boat. The post must be of adequate height to give the tow line enough clearance from the engines. The post must have a minimum of 800 lbs of horizontal load capacity. The post must be removable to allow it to be stored out of the way when not in use. The boat must be on a trailer and able to launch from various harbors (boat ramps) around the Hawaiian Islands. The trailer must be of adequate size and capacity for safe and legal operation on public highways. The trailer should also have an extendable tongue so the boat can be launched and recovered without having to back the government vehicles into the water. A fixed firm order will be issued with delivery date of no later than OCT1,2006, ship to NOAA/NMFS/PIFSC Honolulu, HI. All interested parties must respond to this announcement within fifteen (15) calendar days of its publication. All responses must be in writing and may be faxed to (206) 526-6025 attention to Maria Mendoza. This is a small purchase action estimated not to exceed $50,000.00. The following provisions and clauses shall apply to this solicitation and resultant award. The provisions and clauses may be downloaded at http://www.acqnet.gov/far 1. 52.213-4 TERMS AND CONDITIONS--SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (APR 2005) 2. 52.243-1 I CHANGES--FIXED-PRICE (AUG 1987)--ALTERNATE I (APR 1984) 3. 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (OCT 2003) 4. 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 5. 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2005) 6. 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) 7. 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) 8. 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) 9. 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (MAR 2005) 10. 1352.239-73 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (OCT 2003)11. 1352.239-74 SECURITY PROCESSING REQUIREMENTS FOR CONTRACTORS/SUBCONTRACTOR PERSONNEL FOR ACCESSING DOC INFORMATION TECHNOLOGY SYSTEMS (OCT 2003 12. 52.243-1 CHANGES--FIXED-PRICE (AUG 1987) 13. 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (Dec 2004) 14. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ****The Western Regional Acquisition Division, requires that all contractors doing business with this Acquisition Office be registered with the Central Contractor Registry (CCR) as of October 1, 2003. After this date, NO award can be made unless the vender is registered in CCR. For additional information and to register in CCR please access the following web site: http://www.ccr.gov. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at www.dnb.com/eupdate or by phone at (800) 333-0505. All contractors are also required to complete online Representations and Certifications at HTTP://ORCA.BPN.GOV.
 
Record
SN01087126-W 20060714/060712220346 (fbodaily.com)
 
Source
FedBizOpps 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.