Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 6, 2001 PSA #2887
SOLICITATIONS

20 -- AIRBOAT

Notice Date
July 3, 2001
Contracting Office
Jean Lafitte NHP & Preserve, 365 Canal Street, Suite 2400, New Orleans, LA 70130-1142
ZIP Code
70130-1142
Solicitation Number
Q7530-01-0005
Response Due
August 8, 2001
Point of Contact
Randy Marchiafava (504) 589-3882 x122
E-Mail Address
Click Here To Contact The Contracting Officer (JELA_Contracting@nps.gov)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written (hardcopy) solicitation will not be issued. Solicitation Q7530-01-0005 is hereby issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-22. The procurement is a 100% small business set-aside and will follow simplified acquisition procedures in FAR Part 13. Any awarded contract resulting from this solicitation will be firm-fixed price. The applicable North American Industry Classification System (NAICS) code for business size determination is 487210, Scenic & Sightseeing Transportation, Water, with a size standard of 500 employees. Jean Lafitte National Historical Park & Preserve in New Orleans Louisiana is soliciting Quotations for the purchase and delivery of the following commercial items: CLIN 0001; One (1) each, Airboat suitable for use in a saltwater environment; to be 15 foot in length x 8 foot in width; constructed of all marine alloy; ribbed gunwale on each side; heavy duty mid-ship gusset; all corners rounded; minimum 40" foredeck; minimum 24" transom height; aluminum flooring covered with non-skid material; non-skid material on deck and raised surfaced of side rails; 3' Grass Rake able to withstand 1000 lbs. of pressure; only stainless steel nuts, bolts, and brass locking nuts. Dry Slide Polymer coating on bottom of boat in one solid piece with no splices: must be supplied with a new, high performance marine engine comparable to a 454 cu. in. in size; heavy duty racing radiator; all coolant hoses to be industrial grade not automotive. High volume marine electric fuel pump, alternator with dual belts on all pulleys. CH 3 2:1 belt driven reduction unit; Stainless steel headers; Stainless steel engine stand and propeller guard primed and painted with industrial grade epoxy. Minimum 40 gallon Coast Guard approved aluminum fuel tank, with placards and fuel gauge. Fuel water separator. Dual heavy-duty batteries with marine selector switch. Metal rain cover over engine, carburetor and distributor. 2 blade power shift composite propeller; 48" air foil rudders (foam filled). Minimum 2000 GPH bilge pump. Completely sealed instrument panel to include Ignition Switch, Amp Gauge, Oil Pressure Gauge, Water Temp., Tachometer and Hour Meter. Single rear operator seat, rubber mounted; Single front passenger seat, rubber mounted. US Coast Guard approved boat lighting, 2 stainless steel Q-beam adapters. CLIN 0002; One (1) each, Galvanized boat trailer suitable for use in a saltwater environment. Offeror may propose an as equal or better to any of these identified specifications, however any and all deviations shall be identified in the Offerors price breakdown. Offeror must include any and all applicable warranties and guarantees for items such as hull, engine, coverings, coatings, trailer and any other item covered under warranty with their quote. All offers shall include detailed descriptive literature of the product being offered for evaluation purposes. Offerors should also provide references of customers, both commercial and state/federal governments which have purchased like items. Delivery shall be FOB Destination with all freight and shipping charges figured into the total cost of the quote. Ship to address: National Park Service, Barataria Preserve, 6588 Barataria Blvd, Marrero, Louisiana 70072. Delivery is required no later than ninety (90) days following receipt of a written contract. This will be a best value, single award acquisition. Award may be made to other than the lowest offered price. The Government intends to award one contract to the offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quotation conforms to the RFQ's requirements and is judged to represent the best value to the Government. The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary. If the Contracting Officer determines that the number of quotations that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of quotations in the competitive range to the greatest number that will permit an efficient competition among the most highly rated quotes. The Government reserves the right to reject any or all offers if such action is in the Government's best interests. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items, shall apply. Quotation shall include a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications -- - Commercial Items. This clause can be copied from either of the web sites listed below. FAR Clause 52.212-4, Contract Terms and Conditions -- - Commercial Items shall apply. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- - Commercial Items, shall be incorporated into any contract resulting from this notice. Applicable clauses cited in 52.212-5 are 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-3 and 52.232-34. The full text of clauses may be accessed electronically at: http://farsite.hill.af.mil or http://www.arnet.gov/far. Payment of any resulting contract shall be made by way of Electronic Funds Transfer (EFT). Contractor shall be required to provide a Dunn & Bradstreet number, Federal Tax Identification Number and the appropriate banking information "Before Award" of any contract. All qualified parties should submit a written quote to National Park Service, Attn: Contracting Officer, 365 Canal St., Suite 2400, New Orleans, LA 70130-1142. Quotes must be received by 3:00 P.M. (CST) on August 8, 2001. Telefaxed quotes will be accepted at (504) 589-3550 provided all original documents are mailed and received at the above address by the required receipt date. All quotes shall reference (RFQ) Q7530-01-0005 and include all applicable referenced documentation. Point of contact is Randy Marchiafava, Contracting Officer, (504) 589-3882 x122, email JELA_Contracting@nps.gov.
Record
Loren Data Corp. 20010706/20SOL002.HTM (W-184 SN50Q7I0)

20 - Ships and Marine Equipment Index  |  Issue Index |
Created on July 4, 2001 by Loren Data Corp. -- info@ld.com