Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 30, 2014 FBO #4570
SOLICITATION NOTICE

J -- Replace Boat Engine w/Options

Notice Date
5/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NPS, PWR - OLYM MABO600 E. Park AvenuePort AngelesWA98362-6757US
 
ZIP Code
00000
 
Solicitation Number
P14PS00930
 
Response Due
6/9/2014
 
Archive Date
7/9/2014
 
Point of Contact
Wayne Owens 509-754-7817
 
E-Mail Address
Replace Boat Engine w/Options
(wayne_owens@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION NO. P14PS00930, Replace Boat Engine w/Options for Lake Roosevelt National Recreation Area TITLE/DESCRIPTION: Replace 1983 228 Mercruiser engine with a new 300 hp small block V-8 engine with multi-port electronic fuel injection per specifications. COMBINED SYNOPSIS/SOLICITATION: 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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73. It is the contractors responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.acquisition.gov/far. The solicitation number is P14PS00930, and the solicitation is issued as a Request for Quotation. The NAICS code is 811310 with an associated small business size standard of $7 million. This solicitation is a 100% total small business set-aside, and will result in a firm fixed price contract to a single vendor determined to be responsive and responsible. The Government will consider past performance in determining responsibility. DESCRIPTION: The National Park Service, Lake Roosevelt National Recreation Area (LARO), has a requirement for a vendor to replace boat engine with options per specifications below. PERIOD OF PERFORMANCE: The period of performance start and end dates on the Standard Form 1449 are intentionally left blank and will be filled in at time of award. Actual start date is yet to be determined. The completion date will be no later than July 8, 2014. SCOPE OF WORK: Contractor shall provide all labor, equipment and materials to design and install new engine, stern drive and associated controls, cables, wiring and mounting hardware to provide a complete operating system. Some modification to transom, engine compartment and helm may be required. Contractor shall provide all labor, equipment, and materials to modify bow opening by relocating vertical posts directly above push knees and repair cracks around bow push knees to include primer and paint. National Park Service will transport and deliver the boat up to 150 highway miles one way from Coulee Dam to vendor. If in excess of 150 miles, vendor shall pick up boat from park headquarters in Coulee Dam, WA, and deliver it at completion of work. Vendor shall incorporate transportation costs into their quote. Primary Focus - Specifications 1. Replace 1983 228 Mercruiser engine with a new 300 hp small block V-8 engine with multi-point electronic fuel injection 2. Replacement engine must have a fuel/ethanol tolerance of at least 87 octane and up to 10% ethanol 3. Replacement engine must have at minimum the following sensors: Low oil pressure, high coolant temperature, low sea water pressure, low voltage, over-rev control, and high exhaust manifold temperature. 4. Replace Mercury Bravo One stern drive with a Mercury Bravo Two or equal stern drive 5. Supply aluminum propeller to match performance needs 6. Replace engine harness assembly to receive new engine 7. Replace throttle control cables 8. Replace throttle head 9. Rebuild transom to accept new engine and stern drive (current transom has marine grade plywood backing an aluminum hull, Replace plywood with UHMW plastic) 10. Launch, test, and conduct sea trials with government personnel present OPTIONS: 1. Inspect and repair/replace Bennett hydraulic trim tabs (possibly needs rewire and new switches) 2. Move welded bow rail posts to increase the front opening from 26 to 42and repaint 3. Weld cracks in hull around heavy duty push knees and repaint 4. Supply and install 10 sonar/chart plotter with structure/side scan capabilities 5. PRICE SCHEDULE. Quoter shall submit prices for line items below; failure to do so may render the quote non-responsive: Line item 00010: Replace engine per primary focus specs, 1 Job $___________ Line item 00020 (Option 1), 1 Job $_________ Line item 0030 (Option2), 1 Job $________ Line Item 0040(Option 3), 1 Job $________ Line Item 0050(Option 4), 1 Job $_______ =$_________ total price. 6. AWARD: Options will be awarded by the government based on available funding. The government may award all options, no options, or any combination of options at its discretion. 7. CLAUSES & PROVISIONS. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible Offeror whose quote conforming to the solicitation will be most advantageous to the Government, on the basis of best value, considering price and past performance. The following factors shall be used to evaluate offers: (1) Past Performance, and (2) Price. Vendor must submit at least three references for jobs completed in the past 24 months with brief details. The government reserves the right to make award without discussions. 8. In accordance with the clause at 52.204-07, System for Award Management, Offerors must also be actively registered in the SAM.gov on-line database, at website address https:sam.gov. Active registration means that at time quote is submitted registration status in SAM reads active. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with quote, or have completed the reps/certs section in their SAM.gov registration(preferred). 9. The clauses at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and includes the following clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-06 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation; 52.222-03 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-03 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer System for Award Management. 10. The following clause is applicable to this solicitation/contract: DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendors actual business invoice. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of clauses) 11. INSTRUCTIONS TO QUOTERS: PART ONE - WHAT TO SUBMIT. Quotes shall consist of the following: (a) Company information on letterhead, including individual or company name, address, DUNS number, phone number, and point of contact name and email address; (b) Price quote using the price schedule above, (c) technical proposal, and (d) either a copy of the filled in provision at 52.212-03, Offeror Representations and Certifications-Commercial Items (can be found in full text on-line at http://www.acquisition.gov/far), or Quoters SAM registration shall include completed small business representations and certifications. Past performance should include at least three professional references of similar work performed, including point of contact name, telephone number, email address if available, project title, project cost, and completion date. Quoters may submit a lump sum quote but we are also asking that a detailed price breakdown be included. Quote MUST be good for 30 calendar days after close of the solicitation. 12. PART TWO - WHEN AND WHERE TO SUBMIT QUOTE. Quotations must be received no later than Friday, June 9, 2014 at 4:30 p.m., Pacific Daylight Time. Submit quotations by fax, email, mail, or, hand-delivery to the point of contact below. If hand-delivering or mailing, write on outer envelope QUOTE/P14PS00930. If faxing, include a cover page stating the company name, address and solicitation number to the attention of Wayne Owens. Fax number is 509-633-9332. If quote is being emailed, email to Wayne_Owens@nps.gov, and include the solicitation number and company name in the subject line of the email. If quote is mailed or hand-delivered, the solicitation number shall be indicated on outer envelope as well as vendors name and address. 13. PART THREE - QUESTIONS ABOUT THIS SOLICITATION. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. 14. POINT OF CONTACT FOR THIS SOLICITATION is Wayne Owens, Contract Specialist, Lake Roosevelt National Recreation Area, telephone: 509-754-7817, email Wayne_Owens@nps.gov. The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS00930/listing.html)
 
Record
SN03377358-W 20140530/140528234527-f66e65f3f15994d45d41ab9184ae5bd6 (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.