Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2010 FBO #3081
SOLICITATION NOTICE

19 -- Aluminum Boat

Notice Date
4/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - LC - Lower Colorado Regional Office P.O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
R10PS30187
 
Response Due
5/5/2010
 
Archive Date
4/30/2011
 
Point of Contact
David Kent Contract Specialist 7022938545 dkent@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Reclamation Boulder Canyon Operations Office has a requirement for an aluminum boat. 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. Proposals are being requested and a request for quotation (RFQ) numbered R10PS30187 will be issued to facilitate electronic quotation submissions. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-38. This requirement is a total small business set-aside. Large businesses are encouraged to submit quotes in the event that there is an insufficient number of small businesses. The North American Industry Classification System (NAICS) Code for this acquisition is: 336612 Boat Building. The small business size standard for NAICS Code 336612 is 500 employees. The resulting contract will be a firm-fixed-price type. Line item 0001: The contractor shall provide 1 ea. 21' aluminum V-hull boat, 1 ea. 150 hp outboard motor, and 1 ea. tandem axle galvanized trailer, all of which meet the following specifications: (1) Boat specifications (i) 21' in length (ii) Aluminum t-top (iii) Marine grade #5806 aluminum bottom, sides, transom, and deck (iv) Marine grade #5802 36" aluminum console with windshield (v) Bottom and transom aluminum thickness of 0.25" (vi) Sides, deck, and console aluminum thickness of 0.19" (vii) Water-tight, foam-filled hull (viii) Non-skid flooring with self-bailing deck (ix) Deep v-hull (x) 8'6" beam (xi) 43" mid-ship depth (xii) 12" draft (xiii) 13-degree dead rise angle (xiv) Aluminum under-deck fuel tank with 60-gallon fuel capacity (xv) 2,400-lb. weight capacity (xvi) 12-volt dc electrical system (xvii) 4 ea. 8" push-up cleats (xviii) Navigation lights system with water-tight switches (xix) Swim step for rescue/recovery (xx) VHF marine-band radio (xxi) GPS and sounder with internal antenna system (A) 4.0" diagonal display size (B) Waterproof (C) NMEA 0183-compatible (D) NMEA-2000-certified (E) SD card slot (F) AIS-supporting (G) DSC-supporting (H) Tide tables (I) XM WX Weather & Radio-compatible (xxii) Single-engine controls (xxiii) Engine harness (xxiv) Hydraulic steering system(An example of an acceptable boat is a Workskiff 21' T-Top.) (2) Outboard motor specifications (i) 150-hp (ii) V6 (iii) 25" shaft (iv) 1.85:1 gear ratio (v) Electric starter (vi) Power trim and tilt (vii) Propeller (A) 3 blades (B) Stainless steel (C) 15-3/4" x 15"(An example of an acceptable outboard motor is an Evinrude E-Tec E150DCX, current model year.) (3) Trailer specifications (i) Tandem axle (ii) Galvanized (iii) Disc brakes (iv) 1 ea. spare tire with carrier (v) Fully compatible with boat described here Items shall be delivered FOB destination to Bureau of Reclamation, 500 Fir Street, Boulder City, NV 89005. Estimated delivery is on or before September 10th, 2010. The following provisions and clauses apply to this solicitation action: FAR provision 52.212-1, Instructions to Offerors - Commercial. FAR provision 52.212-2, Evaluation - Commercial Item. Offers will be evaluated based on the lowest priced, technically acceptable, responsive quote from a responsible offeror. Offers will be considered acceptable if the equipment offered meets all of the above specifications. FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors shall include in their offers a completed copy of the provision 52.212-3 or indicate completion of the applicable Online Representations and Certifications Application (ORCA). Offerors may complete the annual representations and certifications online at orca.bpn.gov. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Specific FAR clauses included in 52.212-5 that are applicable to this requirement include: 52.222-50, Combating Trafficking in Persons, 52.233-3 Protest After Award, and 52.233-4, Applicable Law for Breach of Contract Claim. Additional contract requirements include the following clauses:FAR clause 52.219-6, Notice of Total Small Business Set-AsideFAR clause 52.219-28, Post Award Small Business ProgramFAR clause 52.222-3, Convict LaborFAR clause 52.222-19, Child Labor - Cooperation with AuthoritiesFAR clause 52.222-21, Prohibition of Segregated FacilitiesFAR clause 52.222-26, Equal OpportunityFAR clause 52.222-36, Affirmative Action for Workers with DisabilitiesFAR clause 52.225-3 Alternate II, Buy American Act - Free Trade Agreements - Israeli Trade ActFAR clause 52.225-13, Restrictions on Certain Foreign PurchasesFAR clause 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration Responsible offerors are requested to submit a quotation for this requirement to Dave Kent, contract specialist. Offers may be submitted electronically through FedBizOpps, via email to dkent@usbr.gov, or by fax at 702.293.8499 ATTN: Dave Kent. To facilitate electronic quotation submissions through FedBizOpps, a request for quote (no. R10PS30187) is being issued subsequent to this combined solicitation/synopsis. Offers are due no later than May 5th, 2010, 4:00 p.m. PDT. For questions and concerns, please contact Dave Kent at 702.293.8545.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4fe1874d5c1d36cbbfa1c4a1b674dba7)
 
Place of Performance
Address: Boulder City, NV
Zip Code: 89005
 
Record
SN02137078-W 20100502/100430235206-4fe1874d5c1d36cbbfa1c4a1b674dba7 (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.