SOLICITATION NOTICE
19 -- Pontoon Tour Boat
- Notice Date
- 5/25/2012
- Notice Type
- Presolicitation
- Contracting Office
- MWR - MWRO - Ohio MABO National Park Service1113 W Aurora Rd Sagamore Hills OH 44067
- ZIP Code
- 44067
- Solicitation Number
- P12PS22602
- Archive Date
- 5/25/2013
- Point of Contact
- Tom Hershberger Contract Specialist 3304682500302 Tom_Hershberger@nps.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
- Combined Synopsis/Solicitation This is a combined synopsis/solicitation for a commercial item being procured in accordance with the format in Subpart 12.6, and supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is solicitation number P12PS22602 and is issued as a request for quote (RFQ). This requirement is a 100% total small business set-aside. The associated NAICS code is 336612. The small business size standard is 500 employees.. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, effective 11 August 2009. Anticipated Award Date: Within 30 days of receiving offers. To be considered for award your company must obtain a Dun and Bradstreet Number (DUNs). You may obtain this number free of charge at 1(866)705-5711. Your company must also be registered in CCR with the appropriate NAICS code for this solicitation, web site: https://www.bpn.gov/ccr/default.aspx. If you have any registration questions, please call 1-888-227-2423. All prospective contractors are required to submit or upload their Organization's Representation and Certifications Application (ORCA) at https://orca.bpn.gov prior to submitting your offer. If you need assistance with registration or updating CCR or ORCA please contact the Procurement Technical Assistance Center nearest you at (615) 268-6644 or website: http://www.aptac-us.org/new/Govt_Contracting/find.php. GENERAL DESCRIPTION OF STATEMENT OF WORK Independently, and not as an agent of the Government, the Contractor shall furnish a Pontoon Tour Boat meeting the Park's specifications for pick by Voyageurs National Park. Boat specifications: *Meets all U.S. Coast Guard (USCG) Requirements for Paying Passengers *Must be inspected and certified by the USCG before pick-up by Voyageurs National Park in International Falls, Minnesota *all frame and pontoons constructed of aluminum Boat size: 10' width X 29' Length *usable passenger deck size: 9.5' width X 22'length (approximately) *three appropriate sized pontoons meeting USCG requirements for full capacity weight load. All pontoons will have the required number of water-tight chambers and bilge pumps. Pontoons to be.125 thickness aluminum and meet USCG approval. *Seating "bus style type": capacity 20 - 22 paying passengers -8 fully cushioned/upholstered all-weather bench seats (42"wide) Accommodate 2 people per seat all seats allow passengers to face forward toward helm -1 fully cushioned/upholstered all-weather rear bench seat (108" wide) (accommodate 6 people on rear bench seat) *center isle walkway between bus style seats to meet USCG standards for passenger access and emergency exiting *both starboard and port entrance access gates will be no less than 33 inches wide (handicap access) *both starboard and port entrance access gates will be no less than 33 inches wide (handicap access) Front helm console (18" W X 42" L) with steering wheel and outboard motor controls and power trim, Instrument gauges and storage. *cushioned/upholstered captain's all-weather chair (24" W) mounted near front console and steering wheel *clear front plexi-glass windshield area (front area of boat to be fully weather-resistant) *40" framed railing around perimeter of entire seating area of boat (except for entranceways) for passenger safety - all framed area shall have interior/exterior sheet metal (factory pre-painted all weather finished coating) walls attractively riveted to frame bracing. * aluminum framed with hardtop sheet metal (factory pre-painted all weather finished coating) roof to be weather resistant over the entire passenger seating and helm console area of the boat. ***life jackets - Park to provide life jackets. Life jackets will be strapped to the underside framing of the hardtop sheet metal roof. *boat color: green and white NOTE # 1: The boat builder will properly profile the pontoon boat (with twin 115 hp outboards, filled fuel tanks, and maximum passenger load) for optimum stability, balance, and safety under full loaded Conditions at top running speed NOTE #2: Sizes and dimensions of features/components shown above are approximations. The boat builder may make minor size adjustments to features/accessories to properly fit components. Should any of the feature or component sizes/dimensions be in conflict with the USCG requirements, then the Boat builder will adjust sizes / dimensions to meet all USCG requirements. Voyageur National Park will be notified of these changes (in writing) by the boat builder before construction begins. These changes Shall be approved by the government prior to implementation by the boat builder NOTE #3: No trailer needed, park already owns trailer to fit this boat. DELIVERY: NPS will pick up the boat. No delivery needed. Quotes are due at 3:00 PM EST, June 1, 2012. Offers may be submitted by fax or email. Questions regarding this solicitation will only be accepted until 12:00 PM EST, May 30, 2012. OFFERS SHALL INCLUDE THE FOLLOWING: 1. Price quotes that reference the solicitation number. 2. CLIN Structure: 0001 - Provide 29 foot tri toon pontoon boat salient features based on Ercoa specifications. Unit Price $__________ Total Cost (includes discounts) $__________ 3. Item number, unit price, extended price, and total price. 4. Remittance address and DUNS number. 5. If the contractor is claiming an exception or change to the Offeror Representations and Certification (ORCA) then the contractor must supply FAR Clause 52.213-3 in its entirety. 6. Any Additional requirements. Point of Contact: Tom Hershberger Contract Specialist P: 330-468-2500 x302 F: 330-468-2507 Email: Thomas_Hershbeerger@nps.gov The following Federal Acquisition Regulation (FAR) provisions and clauses shall be applicable to this solicitation and award: For full text version of these provisions and clauses, please go to the following internet address: https://www.acquisition.gov/far/. SOLICITATION CLAUSES: 52.212-1, Instructions to Offerors-Commercial Items, (By Reference) 52.212-2, Evaluation-Commercial Items, or other description of evaluation factors for award (Full Text) Lowest Price Technically Acceptable (LPTA) 52.212-3, Offeror Representations and Certifications- Commercial Items (Full Text) SOLICITATION & CONTRACT CLAUSES: 52.212-4, Contract Terms and Conditions-Commercial Items, (By Reference) 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive orders (Full Text). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).52.219-28, 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126).52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). 52.223-18, 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS22602/listing.html)
- Place of Performance
- Address: MWR - VOYA - Voyageurs National ParkAttn: Tawnya Schoewe, Chief of InterpretationInternational Falls, MN 56649-8802360 Highway 11 East
- Zip Code: 56649
- Zip Code: 56649
- Record
- SN02759103-W 20120527/120525235126-702330b70079fe53196e9965b8e729a5 (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 |