SOLICITATION NOTICE
78 -- Racing Crew Shells
- Notice Date
- 8/28/2020 11:44:07 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336612
— Boat Building
- Contracting Office
- CG ACADEMY(00039) GROTON CT 06340 USA
- ZIP Code
- 06340
- Solicitation Number
- 70Z03920RFQPBB221
- Response Due
- 9/7/2020 5:00:00 AM
- Archive Date
- 09/07/2020
- Point of Contact
- David Palacios, Phone: 8604448245, Fax: 8604448316
- E-Mail Address
-
david.f.palacios@uscg.mil
(david.f.palacios@uscg.mil)
- Description
- This is a combined synopsis/solicitation for two (02) commercial off-the-shelf Vespoli crew shells, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.� The combined Synopsis/Request for Quotation (RFQ) number is 70Z03920RFQPBB221 utilizing Simplified Acquisition Procedures under FAR Part 13. Specifications of the crew shells required are as follows: 1 EA Vespoli VHP55 high performance racing shell or exact equal. Vendor must accept a 2015 Vespoli Ultralight II Advantage Eight at a trade in value to offset the full cost of the new racing shell. The racing shell shall consist of the following minimum specifications: Boat and components are manufactured in USA [Minimum of 90% US made]. Eight oar rowing shell for 150 to 180 lb average crew average crew with following hull measurements: Overall Length ���������������������������������������������������� 55 ft 3 in Max beam @ Waterline �������������������������������������� 20.57 in Wetted Surface Area @ Crew Avg 165 lbs �������� 92.3 sq ft Eight oar shells are SINGLE PIECE �NON-Sectional� construction. Constructed entirely of uni-directional carbon fiber. The pan and hull use intermediate modulus ����� uni-directional carbon fiber sandwiching a honeycomb core and heat cured at 250 degrees ����� [Fahrenheit] Shells should also have carbon gunwale flanges, carbon single action rolling seats, and carbon ����� footboards. Painted exterior should be white marine grade paint with gel coat. Hull finish is ultraviolet proof ���� polyurethane enamel. All hardware (bolts, nuts, and pins) shall be 316 stainless steel. Riggers should be aluminum wing style design with snap on height washers. Shell should be fully wired for 3 cox-box speakers. The rigged weight of the shell is at or less than that mandated by FISA, the international governing ����� body for the sport of rowing. Shells meet FISA flotation standard. Footstretchers are universal and allow for angle adjustment. Shoes are adjustable to accommodate a minimum of 2 shoe sizes. Shoe plates feature built in 7 degree wedge under toes for improved power application. With the following additional options: NK Cox Box and Speed Coach wiring harnesses installed and magnet mounted on the sliding seat Bow lettering 1 EA�Vespoli VHP57 high performance racing shell or exact equal. Vendor must accept a 2015 Vespoli Ultralight II Advantage Eight at a trade in value to offset the full cost of the new racing shell The racing shell shall consist of the following minimum specifications: Boat and components are manufactured in USA [Minimum of 90% US made]. Eight oar rowing shell for 175 to 205lb average crew with following hull measurements: Overall Length ���������������������������������������������������� 57 ft 3 in Max beam @ Waterline �������������������������������������� 21.7 in Wetted Surface Area @ Crew Avg 190 lbs �������� 97.5 sq ft Eight oar shells are SINGLE PIECE �NON-Sectional� construction. Constructed entirely of uni-directional carbon fiber. The pan and hull use intermediate modulus ����� uni-directional carbon fiber sandwiching a honeycomb core and heat cured at 250 degrees ����� [Fahrenheit] Shells should also have carbon gunwale flanges, carbon single action rolling seats, and carbon ����� footboards. Painted exterior should be white marine grade paint with gel coat. Hull finish is ultraviolet proof ���� polyurethane enamel. All hardware (bolts, nuts, and pins) shall be 316 stainless steel. Riggers should be aluminum wing style design with snap on height washers. Shell should be fully wired for 3 cox-box speakers. The rigged weight of the shell is at or less than that mandated by FISA, the international governing ����� body for the sport of rowing. Shells meet FISA flotation standard. Footstretchers are universal and allow for angle adjustment. Shoes are adjustable to accommodate a minimum of 2 shoe sizes. Shoe plates feature built in 7 degree wedge under toes for improved power application. Shell must contain calf protectors. With the following additional options: NK Cox Box and Speed Coach wiring harnesses installed and magnet mounted on the sliding seat Bow lettering A full copy of the manufacturer�s specification shall be furnished with the bidder�s quotation. Warranty: Shells must carry a warranty against all defects in material or workmanship for a period of at least four (4) years. The racing shells should be available within 120 days after receipt of order. Crew shells and equipment is to be delivered at: U.S. Coast Guard Academy 33 Mohegan Avenue New London, CT 06320 Technical questions may be directed to: Bill Randall at William.m.randall@uscga.edu or by phone at: (703) 786-4257. Quotations must be submitted electronically to: David Palacios via Email at �david.f.palacios@uscg.mil phone 860-444-8245 Ensure to reference the solicitation number when submitting your quote. Award Criteria: Award shall be made to the offeror whose proposal offers the greatest value to the government, on a firm fix price basis. 100% Set-aside: Total Small Business Offeror must have an �Active� registration in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website https://www.sam.gov/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f25d43a2b50a4f6da69b004e7c958203/view)
- Place of Performance
- Address: New London, CT 06320, USA
- Zip Code: 06320
- Country: USA
- Zip Code: 06320
- Record
- SN05778304-F 20200830/200831093753 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |