SOLICITATION NOTICE
19 -- Welded Aluminum Landing Craft
- Notice Date
- 5/4/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336612
— Boat Building
- Contracting Office
- Forest Service - R-10 Tongass National Forest
- ZIP Code
- 00000
- Solicitation Number
- AG-0116-S-11-0061
- Point of Contact
- Kim B Toland, Phone: 907-772-5804
- E-Mail Address
-
kimtoland@fs.fed.us
(kimtoland@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-0116-S-11-0061 and this solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. This is a small business set-aside with an associated NAICS code of 336612 and small business size standard of 500 employees. The following are this solicitation's list of contract line item number(s) and items, quantities and units of measure: Line Item 1: One each, Welded Aluminum Landing Craft delivered ready for operation (turn key) with the following characteristics, specifications, and accessories: 1) Hull: a) Must meet ABYC Standards and USCG Regulations b) Approximately 21ft long c) Constructed of marine grade welded aluminum, tough enough to handle beach landings, with at least ¼ inch hull bottom, and 3/16 inch sides. d) Designed for safe operations on the ocean around Sitka Alaska e) Drop bow f) Extended transom that will accommodate appropriate size 4-stroke outboard, and kick with a 25-inch shaft. g) Self bailing decks with scuppers h) Minimum 50 gallon fuel tank with fuel filter i) Anti-fouling black paint on bottom up to 4 inches above water line. j) Paint all walking surfaces, including inside of bow door, with non-skid paint k) Able to raise engines fully out of the water. l) Mount for zinc anodes and transducer 2) Cabin: a) Enclosed off-set cabin (located towards the stern) b) Sliding cabin door and sliding cabin window c) Adequate seating for four adults d) Adequate storage room for four people's field gear. e) Tempered glass windows. f) Dash for controls, gauges, glove box; power port for high intensity spot light. 3) Accessories: a) Hydraulic steering system. b) Dual batteries, battery switch, battery boxes and brackets. c) Electric Bilge pump(s) automatic or with float switch d) USCG Approved navigational and anchor lights e) Mounted lighted 3-4 inch marine compass f) Tachometer and hour meter; fuel gauge g) Windshield defogging fan h) Power windshield wipers 4) No less than five year warranty on design and workmanship for open water operations and customer satisfaction. Line Item 2: Installation of government provided appropriate sized (estimate 150hp) 4 stroke Yamaha or Mercury Outboard Motor with aluminum propeller. Contractor will provide government with a list specifying recommended outboard engine and installation accessories. The government will purchase the items from GSA schedules and have items shipped to contractor for installation. Line Item 3: Shipping and handling to Sitka, Alaska 99835. There is no Boat Trailer included in this package. The date for delivery is April 1, 2012. The provision "52.212-1 Instructions to Offerors-Commercial Items" applies to this acquisition. The provision "52.212-2, Evaluation-Commercial Items", applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: 1) The degree to which the proposed craft meets the outlined requirements. Include catalog cut sheets, photographs or other written information sufficient to establish whether the item quoted meets the specified requirements. 2) Past performance 3) Price. Evaluation criteria (1) and (2) above in combination are roughly equal in importance to price. All offerors must provide a completed copy of "52.212-3, Offeror Representations and Certifications - Commercial Items". The provision can be obtained from this website: https://www.acquisition.gov/far/index.html FAR Clause "52.212-4, Contract Terms and Conditions - Commercial Items" applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. FAR Clause "52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items" (APR 2010). The following clauses are selected as applicable to the acquisition. (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (iii) Alternate II (Jan 2004) of 52.225-3. (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The date and place offers are due May 26, 2011; quotes may be faxed to 907-772-5894, emailed to kimtoland@fs.fed.us or mailed to US Forest Service Contracting, PO Box 309, Petersburg, AK 99833. Send questions for more information to Kim Toland at email kimtoland@fs.fed.us, (907)772-5804.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/116/AG-0116-S-11-0061 /listing.html)
- Place of Performance
- Address: Sitka Ranger District, Sitka, Alaska, 99835, United States
- Zip Code: 99835
- Zip Code: 99835
- Record
- SN02439686-W 20110506/110504234907-d3e538af3e6a7a9b4b6563ebad025a58 (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 |