Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2012 FBO #3834
SOLICITATION NOTICE

J -- Replace Airboat Motor at mackay Island NWR

Notice Date
5/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
FWS, DIVISION OF CNTRCTING AND GRNT1875 CENTURY BOULEVARDSUITE 310ATLANTAGA30345-3319U.S.
 
ZIP Code
00000
 
Solicitation Number
0040042212
 
Response Due
5/24/2012
 
Archive Date
6/23/2012
 
Point of Contact
Jamese Promise
 
E-Mail Address
Email
(jamese_promise@fws.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
I. 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. II. The solicitation number is 0040042212, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. III. This procurement is being issued as a small business set aside and only qualified Offerors may submit quotes. The small business size standard for NAICS code 336612 is 500 employees or less. The anticipated award will be a Firm-Fixed Price (FFP)-type contract. Award shall be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer reserves the right to make no award under this procedure. IV. The requirements for this RFQ are listed at the end of this solicitation. The Offerors are required to submit quotes that either meet or exceed the requested specification. Offerors MUST enter exactly what they are bidding (including make, model, and description) into their quote. Offerors must supply adequate description literature to ascertain compatibility with the information provided on all the line items on this quote. Failure to provide adequate descriptive literature will be grounds for rejection of quotation. V. CCR & ORCA Registration - A prospective awardee shall be registered in the Central Contractor Registration (CCR) database prior to award. Information on registration may be obtained via the Internet at: http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. It also required that any contractor doing business with the government under contract is required by to be registered in ORCA. All vendors must complete the electronic version of the Online Representations and Certifications (ORCA) at: http://www.bpn.gov and clicking on the Online Reps and Certs Application. VI. Contractors are cautioned that a warranted contracting officer is the only authorized Government representative to make any contractual changes once an award is made. VII. This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://aquisition.gov & http://farsite.hill.af.mil. The following FAR clauses and provisions apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration 52.252-1 Solicitation Provision Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.212-1 Instructions to Offerors--Commercial Items applies to this acquisition with the following addendum: RFQ due date: May 24, 2012 RFQ due time: 2:00pm EST Responsible Offerors shall provide the following: 1. There is no SF 1449 available for submitting quote. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but at the minimum include the following information: Company's name, point of contact, address, phone number, fax number, email address, solicitation number, item Description/Specification (Descriptive literature if applicable), discounts for prompt payment if applicable, total price, and prompt payment terms. 2. Remittance address, Tax Identification Number, DUNS number and Cage Code, *Number of Employees_____________ *Total Yearly Revenue_______________ (*Information required to determine size of business for the NAICS referenced above); 3. Fill in all blanks on combined synopsis/solicitation 4. Quotes may be emailed to jamese_promise@fws.gov or faxed via 404-679-4057 Attn: Jamese Promise. Please reference the solicitation number on your quote. 5. All questions regarding this solicitation must be e-mailed to jamese_promise@fws.gov. 6. Offerors must be registered in FedConnect at https://www.fedconnect.net/Fedconnect/ at time of quote submittal. 7. Offerors must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. 8. Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, https://www.acquisition.gov. ANY QUOTES NOT RECEIVED BY THE DUE DATE AND TIME SPECIFIED IN THIS ANNOUNCEMENT WILL BE REJECTED. ADDITIONALLY, ANY INCOMPLETE QUOTE NOT CONTAINING THE REQUIRED INFORMATION AS STATED IN THIS COMBINED SYNOPIS/SOLICITATION WILL ALSO BE REJECTED. NOTE: The final quoted price(s), both total and individual, MUST include all applicable fees, gratuities, commissions, service charges, etc. THE FEDERAL GOVERNMENT IS TAX EXEMPT. 52.212-2 Evaluation--Commercial Items, applies to this acquisition and the following addendum applies: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106, whose quote, conforming to the Combined Synopsis/Solicitation, offers the lowest evaluated price. Offeror's submissions will be evaluated based upon price, delivery date, and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. 52.212-3 Offeror Representations and Certifications--Commercial Items, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. 52.212-4 Contract Terms and Conditions--Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. 52.212-5 Contract Terms and Condition Required To Implement Statutes Or Executive Orders--Commercial Items, The following clauses listed within FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1)52.222-50, Combating Trafficking in Persons __ Alternate I (2)52.233-3, Protest after Award (3)52.233-4, Applicable Law for Breach of Contract Claim (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I __ (2)52.203-13, Contractor Code of Business Ethics and Conduct __ (3)52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 __ (4)52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards __ (5)52.204-11, American Recovery and Reinvestment ActReporting Requirements __ (6)52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment __ (7)52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters __ (8)52.209-10, Prohibition on Contracting with Inverted Domestic Corporations __ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award __ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns __ (11)[Removed] X (12) (i) 52.219-6, Notice of Total Small Business Set-Aside __ (ii) Alternate I __ (iii)Alternate II __ (13) (i) 52.219-7, Notice of Partial Small Business Set-Aside __ (ii) Alternate I __ (iii)Alternate II __ (14) 52.219-8, Utilization of Small Business Concerns __ (15) (i) 52.219-9, Small Business Subcontracting Plan __ (ii) Alternate I __ (iii)Alternate II (iv)Alternate III __ (16) 52.219-13, Notice of Set-Aside of Orders __ (17)52.219-14, Limitations on Subcontracting __ (18)52.219-16, Liquidated DamagesSubcontracting Plan __ (19) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns __ (ii) Alternate I __ (20) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting __ (21) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting __ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside X (23) 52.219-28, Post Award Small Business Program Rerepresentation __ (24)52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business __ (25)52.219-30 Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program X (26) 52.222-3, Convict Labor __ (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies X (28) 52.222-21, Prohibition of Segregated Facilities X (29) 52.222-26, Equal Opportunity X (30) 52.222-35, Equal Opportunity for Veterans X (31) 52.222-36, Affirmative Action for Workers with Disabilities __ (32) 52.222-37, Employment Reports on Veterans __ (33)52.222-40, Notification of Employee Rights Under the National Labor Relations Act __ (34)52.222-54,Employment Eligibility Verification (Jan 2009). (Executive Order 12989). __ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated __ (ii) Alternate I __ (36)52.223-15, Energy Efficiency in Energy-Consuming Products __ (37)(i)52.233-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products __(ii)Alternate I X (38)52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving X (39) 52.225-1, Buy American Act--Supplies __ (40) (i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade __ (ii) Alternate I __ (iii)Alternate II __ (iv)Alternate III __ (41) 52.225-5, Trade Agreements __ (42) 52.225-13, Restrictions on Certain Foreign Purchases __ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside __ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area __ (45) 52.232-29, Terms for Financing of Purchases of Commercial Items __ (46) 52.232-30, Installment Payments for Commercial Items X (47) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration __ (48) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration __ (49) 52.232-36, Payment by Third Party __ (50) 52.239-1, Privacy or Security Safeguards __ (51)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels __ (ii) Alternate I (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: X (1) 52.222-41, Service Contract Act of 1965 X (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (7)52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (8)52.237-11, Accepting and Dispensing of $1 Coin 52.214-21 Descriptive literature 52.252-04 Solicitation Clauses Incorporated by Reference 52.252-02 Clauses Incorporated by Reference VIII. Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) (September 2011) - Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment 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: Invoice and other supporting documents. 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. IX. Quotes MUST be received by 2:00 P.M. Eastern Standard Time (EST) on May 24,2012. Quotes are to be emailed to Ms. Jamese Promise, Contract Specialist, at jamese_promise@fws.gov or faxed to 404-679-4093. Questions concerning this solicitation should be addressed in writing to Ms. Jamese Promise, Contract Specialist, via email at the email address provided above. Any questions received telephonically will not be answered and you will be directed to submit your question in writing. X. The anticipated award date is May 25, 2012. Please do not request award status prior to this date. XI. All interested Contractors shall provide a quote for the following: Line Item 0010: Replace Airboat Motor (manufacture of airboat is Diamondback) $_________ Removal of the existing engine (8.0L 496ci, 450 hp Levitator), installation of a new engine (6.2L L92 416ci, 550hp Cyclone), and any and all modifications to the existing belt drive, propeller, engine stand/mounts, cage, exhaust system, cooling system, or operator controls to render the boat with new motor operational. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Wage Determination, if applicable: Wage determinations are applicable to this acquisition and can be found at http://www.wdol.gov. All employees working and associated with this contract must be paid the minimum hourly wage and any required fringe benefits. The requested period of performance dates for the above items is May 29th - August 9th, 2012 Estimated End Date if Different than Requested Date_________ Warranty: Commercial Warranty Performance Work Statement; if applicable: N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/0040042212/listing.html)
 
Place of Performance
Address: Mackay Island NWRKnotts IslandNC27950U.S.
Zip Code: 27950
 
Record
SN02755065-W 20120524/120523000039-0cacd55a89b8b0ef18720d058f810345 (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.