Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2015 FBO #4908
SOLICITATION NOTICE

19 -- SOLAS-Approved Inflateable Rescue Boat

Notice Date
5/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441222 — Boat Dealers
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-15-T-0033
 
Response Due
6/1/2015
 
Archive Date
7/1/2015
 
Point of Contact
Joseph Manney, 215-656-6763
 
E-Mail Address
USACE District, Philadelphia
(joseph.r.manney@usace.army.mil)
 
Small Business Set-Aside
N/A
 
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. Subject: Rescue Boat for Dredge McFARLAND, Fort Mifflin Distribution Center This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are now being requested, and a separate written solicitation will not be issued. Solicitation number W912BU-15-T-0033 is issued as a request for quotation (RFQ) on May 1, 2015. The U.S. Army Corps of Engineers, Philadelphia District intends to award a firm-fixed-price purchase order by 4 June, 2015, without discussions. Contract award is subject to the availability of funds. This is not a rated order under the Defense Priorities and Allocations System (DPAS). Point of Contact: Joseph Manney, 215-656-6763, joseph.r.manney@usace.army.mil (email preferred for questions) Contracting Office: U.S. Army Corps of Engineers, Philadelphia District Contracting Division, Supplies and Services Branch (CENAP-CT-S) 100 Penn Square East Wanamaker Building, 6th Floor Philadelphia, PA 19107 Response Due Date: All quotes shall be submitted electronically by (2:00 PM) EST on 1 June, 2015 to Joseph Manney at Joseph.R.Manney@usace.army.mil. If there are any amendments to this requirement, all amendments must be acknowledged, signed, and electronically submitted with your proposal at time of proposal due date. Set-Aside Status: Unrestricted NAICS: 441222 Requirement Description: In lieu of performance specifications, the Government is utilizing Brand-Name or Equal Purchase Descriptions for the required items. Prospective offerors may offer products meeting the minimum salient characteristics, other than those products specifically referenced by brand-name. The following general descriptions are firm requirements for the minimum salient physical, functional, and performance characteristics of the brand name item that an quote mark equal quote mark item must meet in order to be acceptable for award: The rescue boat shall be a 670 SOLAS rigid-hull inflatable rescue boat of fiberglass reinforced plastic construction, or equal. The rescue boat shall have the following salient characteristics/equipment. All equipment to be USCG approved. All construction material to be marine grade and resistant to corrosion and UV degradation. Length (with tube inflated): 6.7 meters (-5%, +0%) Beam (with tube inflated): 2.7 meters (-5%, +0%) Capacity: 9 person Weight: Not To Exceed 6200 lbs. Inflatable tube-style collar. Volvo SOLAS D3-220 inboard diesel engine, or approved equal/equivalent, complete with marine gear. Hamilton HJ274 water jet drive, or approved equal/equivalent, complete with steering helm, remote control and driveshaft. SOLAS-approved integrated propulsion instrument marine package, to include at a minimum RPM gauge, keyed ignition on/off switch, engine start switch, emergency cut-off switch and emergency indicator lamp. Open Center Console to accommodate equipment and components listed throughout this matrix and a dry stowage area. Access hatches and doors provided for complete access to equipment and stowage. Fiberglass-reinforced plastic center console to include windshield, aluminum grab rails. Drop-down folding bolster seat to be included. DC Power distribution system, suitable for marine environment, 6 circuit, complete with electric labeling, marine multi-conductor cabling, cable supports, DC over current protection, electrical connections, watertight connections, switches and two 12V marine-grade batteries. One for the engine and one for the supply/house Single point lifting frame. Single point offload release hook, USCG approved Cranston-Eagle ZAPR-356-C2B-VMX, or approved equal/equivalent. All SOLAS-approved required rescue equipment. All required hoist fittings, slings and hardware. All required label plates. Shore power system complete with boat-mounted battery charger and engine coolant preheater. Portable manual and electric bilge pumps. Painter fittings, towing bitts and bow eye, and aluminum/stainless steel transom cap with tow bitts. 40-gallon built-in fuel tank, aluminum, complete with fuel tank sensor and gauge. All required navigation equipment, including, but not limited to, magnetic compass, navigation lights, navigation horn hailer, and handheld spotlight. All components to be hard wired and ready for use. Furuno Matrix STDG2000SB VHF radio, with flush mount kit, antenna (Shakespeare or equal) and antenna mount (stainless steel). All components to be attached to console, hard wired, connected and ready for use. Furuno MFD8 NavNet Multi-Function Display, built in to the aforementioned console. All components to be attached to console, hard wired, connected and ready for use. Furuno GP320B unit and GPS Antenna. GPS display to be attached to console and also connected into Multi-Function Display. All components to be attached to console, hard wired, connected and ready for use. Furuno FA50 AIS, complete with AIS capable VHF antenna, to be connected into Multi-Function Display and made ready for use. AIS unit to be connected to switch panel so that it can be turned off separate from the aforementioned Display. FA50 AIS will require separate custom-made LAN cable without pins 4 and 5 connected. All components to be attached to console, hard wired, connected and ready for use. All mechanical components and hardware to be suitable for marine environment. Hose clamps and fasteners to be 316SS. Fiberglass access hatches and doors, installed and tested in accordance with ABYC standards. Fitted, removable boat cover. Boat cover to be dark in color - grey or black. Spare parts package. Technical Data Package (TDP): The TDP shall include all information essential for acceptance, operation/training, maintenance, repair, modification and supply support for the delivered boat. The TDP shall include but not be limited to: As-built boat drawings including a line replaceable unit (LRU) Bill of Materials (BOM), commercial off-the-shelf (COTS) manuals, Operation and Maintenance Manual, USCG SOLAS certifications for boat and hook, and OEM warranty durations for major systems as applicable. NOTE - Contractors submitting quote mark or equal quote mark or quote mark equivalent quote mark shall submit documentation at time of bid that these items meet or exceed performance and/or operational requirements of the specified equipment. The cradle shall have the following information stenciled in black, fade resistant paint in two locations (the two opposing sides along the length of the rescue boat): Rescue Boat Dredge McFARLAND Purchase Order/Contract No.: As specified on order Weight XXXX lbs. (To be provided by the contractor) Quantity 1 Stencil markings shall be 1 inch high and clearly legible. Evaluation Criteria: Quotations will be evaluated in an impartial manner. After preliminary consideration of all quotations, the Government will identify from all quotations or offers received, the lowest priced offer that is suitable to the user, and quickly screen all lower priced quotations for conformance with the minimum salient characteristics. Award will be made to a responsible offeror on the basis of the lowest price offer meeting the requirement. Tradeoffs will not be considered. The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price contract for a contractor to provide all materials and labor and equipment necessary to perform the work. Clauses: Clauses may be reviewed at: http://farsite.hill.af.mil/vffara.htm. Quotes shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications -- Commercial Items. The following clauses apply to this solicitation and subsequent contract award: 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.212-1 Instructions to Offerors--Commercial Items APR 2014 52.212-3 Offeror Representations and Certification--Commercial Items MAY 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2014 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) JUN 2014 52.247-34 F.O.B. Destination NOV 1991 VETS 100 REPORT - You must be in compliance with the VETS 100 reporting requirement to receive a Federal contract of $25,000.00 or more. The Department of Labor has made available several reporting options as follows: Direct entry of information on VETS 100 website at: http://www.dol.gov/vets/vets-100.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-15-T-0033/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN03717510-W 20150503/150501234812-f0ce5239a164d9714b31d3995c9d402f (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.