Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2013 FBO #4281
SOLICITATION NOTICE

19 -- RHIB BOAT

Notice Date
8/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
SA-11, Dun Loring, VA 22027
 
ZIP Code
22027
 
Solicitation Number
FY13-GC-175
 
Response Due
8/15/2013
 
Archive Date
2/11/2014
 
Point of Contact
Name: Granger Cissel, Title: Procurement Manager, Phone: 5712269620, Fax:
 
E-Mail Address
cisselg@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
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.The solicitation number is FY13-GC-175 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 423830 with a small business size standard of 100.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-08-15 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Sterling, VA 20166 The Department of State requires the following items, Meet or Exceed, to the following: LI 001: Zodiac Pro 750 Rigid Hull Inflatable 2013 Model Year - 225 Evinrude E-TEC outboard Motor, 79 Gallon Underdeck Tank - Removable Neo Tubes - Length 24' 7" - Beam 9' 6" - Boat Weight 2048 lbs - 24" Tubes,(FULLY RIGGED). Navy grey tube: P/N Z82062 Black tube: P/N Z82069. SRR-750 Zodiac Milpro?s SEA RIBTM Responders are built for military use. They are simple, functional, tough, and have been designed to improve maintenance and user?s comfort. Their collar is made with Zodiac Milpro?s special intercommunicating valves. It is removable to make maintenance and eventual change easier and faster. The SRR decks are self draining, and feature a molded bow box and aft motor well to provide convenient storage volumes. These boats come with a large capacity built in fuel tank with a deck access hatch to the fuel connections and gauge. ENGINE HOURS: 0.00 CAPACITY: Maximum number of persons (ISO6185, Design 1EA ? 2001 - 2013 FedBid, Inc. All rights reserved. Page 9 / 21category C): 16 16.. Maximum Payload (ISO6185, Design category C): 2114 kg 4661 lb..Floorboard net area: 9, 06 m?? 97, 52 ft??.. Flat-floorboard area: 5, 47 m?? 58, 92 ft??..Buoyancy volume: 4,183 m3 148 ft3 ENGINE POWER: Shaft length (Single): XL, 635 mm25? Recommended power (Single): 225 hp 169 kW Maximum power (Single): 250 hp 188 kW Maximum engine weight (Single): 294 kg 648 lb DIMENSIONS:. Overall length (without engine): 7, 40 m 24? 02?. Inside length: 6, 14 m 20? 02?. Overall width: 2, 90 m 9? 05?. Inside width: 1, 53 m 5?. Overall height (without engine): 1, 51 m 4? 11?. Weight empty (hull, fuel tank, and collar): 959 kg 2114 lb. Buoyancy tube diameter: 0,600 m 23, 6?. Hull storage dimensions: 6, 47 x 2, 15 x 1, 09 m3 21' 3" x 7' 1" x 3' 7" SAFETY / INFLATION: Airtight compartments on main tube: 5 Tube inflation pressure: 240 mbar 3, 4 PSI BUOYANCY TUBE CONSTRUCTION (SLIDE ON):. Fabric: navy grey, 1670 dtx, polyester, CSM / neoprene. Removable buoyancy tube, bolt rope assembly: yes. Intercommunication / inflation valves on tube (delrin): 4. All around rubbing strake, flat profile, black: 3. Additional bow rubbing strake horizontal, black: 2 HULL CONSTRUCTION (NAVY GREY):. Glass reinforced plastic: yes. Deck with all surface reinforcements: yes. Buoyancy foam, closed cells: 0, 32 m3 11, 3 ft3. Gel coat: grey HULL STORAGE:. Under deck fuel tank cavity : 1 with removable deck plate and access hatch. Bow box and anchor locker, molded with deck: 1. Transom motor well, with storage underneath: 1 HULL TRANSOM:. Transom sacrificial plate (plywood) : 2 HULL DRAINING:. Self-bailers, large flow, with scuppers: 2. Electric bilge pump, ignition protected: 1. Hull drain: 1 ACCESSORIES:. Foot pump: 1. Repair kit: 1. Telescopic paddles: 2 BUOYANCY TUBE ? HANDLING: Exterior lifeline, laced on 53 mm stainless steel D rings: +1 Interior lifeline, laced on 25 mm stainless steel D rings: 1+1 HULLTOWING and LIFITING:. Transom towing rings, stainless steel U-bolt: 2. Bow lifting rings on hull, stainless steel folding pad eye: 2. Transom lifting rings, stainless steel U-bolt: 2. Bow mooring eye, stainless steel U-bolt: 1, 1, EA; LI 002: Venture VATB-5925 Tandem Axle - Aluminum Bunk Trailer - Brakes on all Wheels - ST205/75D14LRD Tires - Aluminum Wheel - 5-Way Flat Elect. Connector - 2" Coupler - Tongue Jack, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If Seller is bidding Cisco brand equipment, Seller certifies that it is a Cisco Authorized Channel as of the date of the submission of its Bid, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with applicable Cisco certification/specialization requirements.Unless otherwise specified, Seller warrants that the products are new and in their original box(es). The Seller confirms to have sourced all Cisco products submitted in this Bid from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and Cisco?s current applicable policies at the time of purchase. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. New Equipment ONLY;NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 90 calendar days after close of Buy Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines.Information can be found at www.sam.gov. Delivery must be made within 90 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 90 - required to make delivery after it receives a purchase order from the buyer. 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/. Award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The Buyer will review the bids and make a selection on FedBid. Selected Seller means the Seller that submits the Selected Bid. Selected Bid means a Bid submitted by a Seller in response to an IFB, which Bid meets or exceeds the Buyer�s requirements and is accepted by the Buyer pursuant to the terms of the Bid. Participating sellers will note that there may be a 4 to 6 week delay from the time that the Selected Seller receives notification from FedBid to the time that the Selected Seller receives the award document from the Department of State. FedBid will invoice the Selected Seller after the Buyer has accepted a Seller�s bid. The FedBid invoice will include system-generated competition-specific information for identification and referencing purposes. The Selected Seller is responsible for remitting any FedBid fee once they have received payment from the Department of State. The official award document from the Department of State will contain information on how the Selected Seller invoices the Buyer. The official award document from the Department of State will provide the delivery timeline information and the award date on the document is when the official delivery time clock begins. Sellers cannot: combine order shipments, perform drop shipments. A requisition number or credit card number MUST be identified with the shipment and All shipments MUST include the Packing List. For the line items designated as [Brand Name or Equal], the Buyer is allowing Sellers to submit bids for alternate products as long as the bid specification 'Brand Name or Equal' the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered. Award may NOT be based solely on pricing factors alone. Consideration may be given to non-price related factors to include delivery, history, urgency of need, as well as price. Award of bids will be evaluated by price, technical capability, delivery and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. TO HAVE A BID CONSIDERED FOR AWARD FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. The Government intends to make award to the responsive offeror that provides the Best Value to the Government based on Technical Acceptability, Price, Delivery Timeframe and Past Performance. Award will be made to the offeror quoting fair and reasonable prices who meet ALL required technical specifications and who comply with ALL solicitation requirements. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Technical Compliance with Solicitation, Delivery and Warranty Information, Past Performance,and Price, Technical and past performance, when combined, are more important than price. The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 90 Calendar Days of receiving final delivery. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/FY13-GC-175/listing.html)
 
Place of Performance
Address: Sterling, VA 20166
Zip Code: 20166
 
Record
SN03145577-W 20130814/130812235042-1f08201f0a3ab0a4e619e9eb75941d2e (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.