Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2016 FBO #5234
MODIFICATION

19 -- BOAT FOR MAINSTEM RST & STURGEON WORK

Notice Date
3/21/2016
 
Notice Type
Modification/Amendment
 
NAICS
336612 — Boat Building
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
 
ZIP Code
00000
 
Solicitation Number
F16PS00344
 
Response Due
3/25/2016
 
Archive Date
4/9/2016
 
Point of Contact
Duval, Wendy
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 000002: The purpose of this amendment is make the following changes: 1. Quote due date and time is changed from 21 March 2016 to 25 March 2016, 12:00 PM, PDT. 2. This is a commercial acquisition which will result in a firm fixed price contract. 3. No payments will be made until the product is delivered to the delivery location and accepted by the government. 4. No other changes are made. ******************************************** Amendment 000001: The purpose of this amendment is to add the required delivery date and clause 52.211-6, Brand Name or Equal. 1. The required delivery date is 1 December 2016. 2. These specifications call out for several brand name products. It is intended that the brand name cited to reflect the characteristics and level of quality that will meet the minimum needs of the government. Where ever a brand name is cited, "or equal" applies. ******************************************** U.S. Fish and Wildlife Service, Portland, OR has a requirement for a commercial item or service. This combined synopsis/solicitation is 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; proposals are being requested and a written solicitation will not be issued. This posting will be referred to under Request for Quotation (RFQ) Number F16PS00344. This RFQ falls under procedures in FAR Parts 12 and 13. This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) #05-86, effective 30 December 2015. The North American Industrial Classification System (NAICS) number is 336612, Boat Building, and the business size standard is 500 employees. This requirement is a small business set aside. This announcement constitutes the Government's only official notice of this procurement. The Government does not intend to pay for any information provided under this synopsis. Award will be made to the offerer that provides the lowest overall price and meet or exceeds the minimum specifications outlined below. The U.S. Fish and Wildlife Service has a requirement for outboard jet-drive work boat between 20 and 21 feet in centerline length. Vessel must be maneuverable at low speeds (approximately 3 knots) and have sufficient thrust with a load capacity of at least 1,500 pounds, yet still able to get up on plane when transport upriver is necessary. The vessels will be composed of all welded marine grade alloy aluminum (5086 & 5052) with support braces. The upper bow region of the boats must be of an open-deck style and flat with a working platform no less than 20 square feet in area to allow for a stable work area. The working platform also needs to be a storage compartment. The working platform needs to be 4-6 inches below the bow line. The helm should be a center-console or mid-ship design. All flooring should be covered with or composed of a non-slip material (e.g., diamond plate or LineX material). Four, heavy duty recessed attachment points (cleats) need to be welded to the hull as follows: (2) along the port side gunnel spaced 15' apart, and (2) along the starboard side gunnel (spaced 15'apart). Main uses of the workboat will include rotary-screw trap placement and sampling and Sacramento River green sturgeon sampling in the Sacramento River at very low to very high water stage conditions. The screw traps are large (22') pontoon-supported cones that float at the water surface and passively sample the downstream migration of juvenile fish past the Red Bluff Diversion Dam. Once in place the traps are moved periodically when river conditions change including during drought (low to very low water) or when flood events (high water) occur throughout each year. The boat will be used to maneuver these large sampling devices into place on the river and out of place under emergency conditions at all hours of the day or night as well as for day-to-day sampling of traps and work associated with the green sturgeon juvenile monitoring project. Minimum Boat Specifications: 1. Centerline Length: 20' to 21', maximizing waterline length (16' minimum) 2. Hull Style: slight v-bee bottom, Sled design, hull with a flat, self-draining, open non-slip work space deck 4"-6" below bowline. Bow must be tapered toward the nose and squared off with (greater than or equal to) 2.5" strip of 0.5" (1/2") UHMW bumper material protecting the nose. A storage space underneath the deck platform will be included as part of work space deck. 3. Materials: 5052 Marine Alloy Aluminum 4. Construction: Completely welded hull with longitudinal rail structure design with cross bracing and down bracing every 4' and with full length 1/4" channel support. Add two 1/4" welded plates approximately 16" x 16" square to under-floor structure in rear corner floor areas plates to be forward of transom shelf and to the sides of side trays in corners) for future mounting of davit. 5. Bottom thickness minimum/maximum: 0.125" (1/8 ¿) 5052 Aluminum with a double layer of 0.125 (1/8") 5052 Aluminum between the rails and hat extensions making it 1/4" thick on the planning surface. 6. Side thickness minimum/maximum: 0.125" (1/8") - 0.190(3/16") 5052 Aluminum 7 Deck thickness: 0.125" (1/8") 5052 Aluminum on the work platform and 0.5" (1/2") pressure treated plywood flooring that has been coated with Line X lining on all surfaces. 8. Side Height: (greater than )27". Sides should have (greater than or equal to)2.5" strip of 0.5" (1/2" UHMW bumper material located near the top of the gunnel running the length of the hull for docking and ferrying equipment. 9. Bottom width: 76" 10. Bow type: Tapered in a squared, blunt nose, or semi-squared style. 11. Bottom type: Shallow water tunnel hull. 12. Beam Length: 98.5" 13. V at transom: (less than or equal to)9o Deadrise 14. Dry Weight: ~1,500 LBS 15. Electrical system: Independent dual 1,000 MCA marine batteries (27 Series; 12 Volt system) with a dual battery lockout switch (e.g., Blue Sea Dual Circuit Plus 6011). One battery system for operation of vessel (motor) and one battery system (independent from the other) for auxiliary power needs (e.g., lights, fish aerators, etc.) 16. Charging System: Dual bank on-board battery charger (e.g., Dual Pro PS2). 17. Fuel system: Below deck front mounted (forward of helm) fuel tank with port mount fill cap and easily accessible fuel/water separator. 18. Fuel capacity: 25-36 gallons 19. Engine capacity: Evinrude ETEC 200hp High Output (e.g., E200HSL E-TEC). 20. Drive Unit: Jet Drive Unit 60o R6P with 7 7/8 ¿ 4 blade SS impellar. (e.g., R6P) 21. Center console: Right hand operated single lever power control mounted on center-console (i.e., mid-ship design). Console will be 32" (L) x 19.5" (W) x 40" (H) and contain access points through a lockable port access door and open rear access hole. The top of the console will contain a 1" lip around its perimeter. A 12 volt power port will also be located on the console. 22. Seating: Single passenger seat and lockable storage compartment in front of console. 23. Light tower: With (2) port and (2) starboard facing 16 watt LED light bars and (2) 13.5 ¿ front and rear facing LED light bars for nighttime operations. Overall height of tower and lights must not exceed 115" when on trailer to allow for parking in covered storage at office. 24. Utility lights: (6 total; 3 per side) LED deck lights located along the gunnel trays to illuminate the flooring of the boat; (1) welded socket and associated LED light bar head lights. 25. Running lights: Flush mount port and starboard bow lamps and removable "post style" stern lamp (or both bow and stern removable lights). 26. Bilge pump: 1500 GPH capacity with manual bilge switch. 27. Full gauge package: battery volt meter, fuel gauge, tachometer, hour meter, and horn. 28. Cleats/eyelets: Heavy-duty cast aluminum, recessed, welded cleats suitable for towing and mooring (2) port side cleats (bow/stern spaced 15' apart), and (2) starboard side cleats (bow/stern, spaced 15' apart). Heavy duty eyelets (2) mounted to outer transom, (1) heavy duty eyelet mounted to bow (in addition to trailering bow eye or double eye design; for safety chain). 29. Wash down pump with storage compartment for associated hoses. 30. (2) Transducer Brackets (welded). 31. Interior Paint: Line X the front work platform and both interior storage trays 32. Storage trays: (2) Located along the gunnel on the port and starboard side of the vessel. The port storage tray will remain open. The starboard tray will be extended outward 6" from the side of the hull and be divided in half to create forward and rear compartments. The front compartment will remain open and the rear compartment will be enclosed for dry storage. 33. Grip tape: Additional traction should be provided with grip tape or comparable item along the top side of the gunnel running the length of the boat except where cleats are placed to prevent abrasion on tow lines. Minimum Trailer Specifications: 1. Galvanized single axle trailer, if feasible based on length and weight of vessel. Galvanized dual axle if appropriate (not preferred). 2. Oil-bath bearing axle(s) with total rating of 3,100 Lb. 3. 14" tires and spare mounted on trailer. Tires must have a load range of C or greater. 4. Heavy duty safety chains. 5. Swivel tongue jack 6. Hand winch 7. Safety chain for boat 8. Surge disc brakes. 9. 2" ball hitch receptacle 10. Padded bottom and side bunks 11. Ratching Transom Tie Downs (2; stainless) Prior to the boat/trailer departure from the vendor location, Government personnel will inspect the boat and trailer at the vendor location to ensure all minimum requirements have been met. Date for inspection shall be scheduled with the technical Point of Contact identified in the contract. Delivery from the vendor location, to the delivery location is the sole responsibility of the contractor. Price quoted must reflect FOB Destination to the following delivery location: Red Bluff Fish and Wildlife Office 10950 Tyler Road Red Bluff CA 96080 SUBMISSION REQUIREMENTS: Please submit your quote on company letterhead with all pertinent point of contact information including SAM Cage Code, DUNS No., and business size/type. In addition, your quote should include the component breakdown/pricing and total price. Your quote must CLEARLY demonstrate that it meets or exceeds the minimum requirements outlined in this document. No formal format is required as this is a combined synopsis/request for quote solicitation. If your company has a GSA contract, please provide the GSA Contract No. as well. Offers must be received by 12:00 pm Pacific Daylight Savings Time, 25 March 2016. Offers received after this date and time will be considered non responsive in accordance with 52.212-1(f) and will not be evaluated. Quotes can be submitted by one of the following methods: Mailed to: U.S. Fish and Wildlife Service Attn: Wendy Duval 911 NE 11th Avenue Portland, OR 97232. e-mailed: wendy_duval@fws.gov Faxed to: 503-231-6259 or 503-872-2821 To the attention of Wendy Duval In order to have a quote considered, all quoters must be registered in the System for Award Management (SAM) website (https://www.sam.gov) as an active vendor by the closing date of this solicitation. SAM is the database that has replaced the Central Contractor Registration (CCR) website (www.ccr.gov) and the On-line Representations and Certifications Application (ORCA) website (https://orca.bpn.gov). Additional document information and attachments can be accessed at the FedConnect link under the "Additional Info" heading. Click "Public Opportunities" and search for the reference number F16PS00244 to find any documents related to this requirement. All questions regarding the subject synopsis/solicitation shall be directed to the attention of Wendy Duval via email: Wendy_Duval@fws.gov@fws.gov or telephone: 503-872-2825. Offerors must comply with all instructions contained in the Internet Payment Platform (IPP) DOI Electronic Invoicing instructions, and all clauses in this RFQ. FAR 52.212-1, "Instructions to Offerors - Commercial", FAR 52.212-3 "Offeror Representations and Certifications - Commercial Items, and FAR 52.212-4 "Contract Terms and Conditions - Commercial Items" apply to this acquisition. No addenda have been attached. FAR 52.212-5 "Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items" applies to this acquisition along with the following clauses cited therein: 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.223-18, 52.225-1, 52.225-13, 52.232-33 The following additional clauses apply to this acquisition: 52.204-13 System for Award Management Maintenance (JUL 2013) 52.232-39 Unenforceability of Unauthorized Obligation (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (FEB 2015) The full text of any solicitation provision or clause referenced herein may be accessed electronically at http://farsite.hill.af.mil/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F16PS00344/listing.html)
 
Record
SN04056776-W 20160323/160321235424-2c5bfb417df5230b74e0013384fc757b (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.