Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1998 PSA#2180

U.S. Department of Justice, Immigration & Naturalization Service, 7701 N. Stemmons Freeway (ACDCAP), Dallas, Texas 75247

19 -- PATROL CRAFT FOR SHALLOW WATER OPERATIONS SOL ACD-8-Q-0028 DUE 091798 POC Ms. Morris Whitacre, Contract Specialist (214) 905-5392 OR Carmen Hassellbach (214) 905-5390 The Immigration & Naturalization Service, Dallas, TX, is issuing 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; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Request for Quotation #ACD-98-Q-0028 applies. The solicitation and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 97-05. Standard Industrial Code 5551 applies, Boat Dealers. Small business size standard = $5 million. Contract term shall be a base year, beginning on the date of contract award, plus a one-year option period. The contractor shall deliver new fully rigged patrol craft (meeting specifications below) with trailers, complete with full load of fresh fuel and engine lubricant, ready for immediate operation by the government. Quoters are requested to submit quotes for each of the Contract Line Item Numbers (CLINs) as follows: Base Year: CLIN 0001, Patrol Craft with Trailer, Quantity 5 Ea., CLIN 0002, Patrol Craft with Trailer, price for each additional unit; Option Year: CLIN 0003, Patrol Craft with Trailer, price each unit. The government will order a minimum of 5 patrol craft and an estimated maximum quantity of 15 craft throughout the contract. FOB Point: Destination, to following TX locations: Brownsville, Los Fresnos, McAllen, Laredo, Del Rio, Marfa, or El Paso. Actual ship-to addresses to be specified in the delivery orders. Guaranteed Minimum to be ordered is five (5) each in the base year, with the first five units to be ordered to be delivered to the greater Los Fresnos/McAllen, TX area. Required delivery date: 30 calendar days after receipt of order for first 2 units of any size order, 45 days for third and fourth units, 60 days for fifth and sixth units. Craft shall be able to run in shallow water (as little as 10 inches deep) with two adults on board with the craft on plane, fully loaded with all fuel, equipment herein, and gear. Craft shall be able to plane out of shallow water (as little as 12 inches deep ) with 2 adults on board, fully loaded with all fuel and gear, without damage to any part of the boat or engine. MINIMUM SPECIFICATIONS: Craft Length: 17 feet to 19 feet; Engine: Outboard (2 cycle, automatic oil injection), electric trim/tilt, stainless steel prop; Maximum Speed: no less than 50 mph with two adults, all fuel, equipment herein, and 100 lbs. of gear on board; Center Console; Console-mounted steering wheel with push/pull or hydraulic steering gear; Console-mounted engine controls; Leaning Post with storage compartment, installed aft of console; Instrument Cluster with voltmeter, fuel gauge, tachometer (non-digital), tilt/trim indicator, engine coolant temperature gauge; Dry storage compartment(s) for minimum of 6 adult-sized PFDs and other gear; T-Top (stainless steel frame) minimum of 78 inch clearance from the cockpit sole, 4 feet wide, 5 feet long; Beam: 7 to 8 feet; Hull Design: "V" Hull with pocket tunnel for shallow running, "key" type stern desired, self-bailing cockpit; Hull Composition: Fiberglass or Kevlar; Floor: Non-skid surface, no carpet; No rails; Color: Subject to the Contracting Officer's Technical Representative (COTR -- to be designated at time of contract award) selection; Accessories: Hydraulic Lift Plate/transom jack for engine (if needed to achieve performance requirements), permanent fuel tank w/60-Gallon minimum capacity, dual batteries with 4 -- position cut off switch, safe storage bin for batteries; minimum of 750 gph bilge pump, bilge drain with removable plugs to let the water out; Craft must meet Coast Guard safety requirements such as hull flotation, navigation lights, fire extinguisher, ventilation, electric horn, running lights, etc. Trailer specifications: suitable galvanized steel construction with a single or double axle, fully adjusted to properly fit hull and facilitate easy launching from a typical launching ramp; submersible lights with four-way flat connection (pig tail), must meet TX D.O.T. requirements; carpeted rails; watertight wheel bearings equipped with "Bearing Buddy" or similar pressurized caps with grease fitting; 2" ball size; trailer guides; dolly jack. Prior to rigging the craft, the contractor shall submit proposed colors and installation/location schemes for required equipment/accessories to the COTR for approval. The contractor is to afford flexibility in this process to ensure that the government will be able to install additional equipment at a later date. The COTR will provide his approval no more than 5 workdays after receipt of suitable schemes. The government is seeking a patrol craft that satisfies the specifications listed above, similar in appearance and configuration to the "Blue Wave 189 Super Tunnel." The Government makes no assurances or assertions as to whether the Blue Wave 189 Super Tunnel otherwise meets its requirements but merely includes this information to help illustrate its needs. Copies of literature from the manufacturer are available from the Contracting Officer upon request. Prior to contract award, the Government desires to participate in live demonstrations of suitable craft nearly identical to, or the same as that offered by quoters, as a part of its evaluation process. These demonstrations are to be performed at the quoter's location at no additional expense to the government, solely to demonstrate the capabilities and handling of the craft. The government will contact selected quoters (those which appear to have offered a suitable craft) on September 17, to make arrangements for and schedule the demonstrations to be held between September 19 and 22, 1998. Quoters not able to provide the requested demonstration may not be considered. The government will be responsible for its own travel arrangements and related costs for the demonstrations. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, is applicable. Paragraph (a), evaluation criteria is as follows: The Government is seeking highly stable and highly maneuverable patrol craft to be used in river, bay, and backwater situations, in South Texas. The Government expects to make a "best value" award in consideration of price and other factors. Such factors include: Maneuverability/agility/stability of the boat both at speed and at rest in a variety of load and weather conditions, particularly in potential close quarters likely to be encountered in river/backwater conditions found in the Rio Grande River/Laguna Madre areas; ability to plane from a rest, fully loaded, in shallow water with no damage to hull and engine; ability to navigate in very shallow waters at a variety of speed and load conditions, without damage to hull and engine; dry ride in windy and choppy conditions; predictable handling under a variety of load, speed, and weather conditions; quality of workmanship, and warranty protection extended to the government; service availability (hull); contractor's past performance. Note: While the Government stresses the requirement for each fully loaded and equipped craft being able to achieve a speed of 50 mph (see specifications above), it has no interest in a boat being able to exceed that speed. Extra consideration will not be given to quotes offering higher speed ability. SUBMISSION OF QUOTES: Quoters are to provide photographs and descriptive literature depicting the hull offered with their quotations. In addition, submission of a video tape (VHS format) showing the proposed craft at rest and in operation is strongly recommended. The tape should show details of the hull interior layout and exterior. Also, quoters shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial, with its offer. Offer shall include offeror's Dun and Bradstreet Number. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition with the following additional clauses: FAR 52.215-5, Facsimile Proposals; FAR 52.216-18, Ordering (paragraph (a), so much that reads, "Such orders may be issued from date of award for a period of one year in the base period and for an additional year should the option period be exercised."); FAR 52.216-19, Order Limitations (paragraph (a), so much that reads, "When the Government requires supplies or services covered by this contract in an amount of less than one "; (b)(1) "Any order for a single item in excess of 6"; (b)(2), "Any order for a combination of items in excess of N/A; (b)(3), "A series of orders from the same ordering office within thirty (30) days "; (d) " unless that order is returned to the ordering office within five (5) days after issuance "; FAR 52.216-22, Indefinite Quantity, paragraph (d), "Contractor shall not be required to make any deliveries under this contract after the completion of the last delivery order." FAR 52.217-5, Evaluation of Options; FAR 52.217-9, Options to Extend the Term of the Contract (24 months); FAR 52.232-19, Availability of Funds for the Next Fiscal Year (Insert September 30th in Blanks); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, and the following additional clauses apply to this acquisition: FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-3, Buy American Act-Supplies; 52.252-1 Solicitation Provisions Incorporated by Reference. Also, the full text of a solicitation provision may be accessed electronically at http://www.arnet.gov./far. Delivery Orders may be issued via facsimile. Price Adjustment for defective performance: Each craft to be supplied should be able to achieve a speed of at least fifty miles per hour with two adults, all fuel, equipment herein, and 100 lbs. gear on board as stated above. The Government will accept craft (loaded as described above) that achieve speeds of 45 mph or more subject to a 3% reduction of price quoted for each mph less than the desired minimum of 50; Craft achieving less than 45 mph will not be accepted. Speed trials will be conducted by the contractor prior to delivery to the Government. The speed accomplished during the trial runs will be determined by taking an average of the times for opposing runs over a measured course (or by use of an electronic device, i.e., radar, laser, etc., of known accuracy), into the wind and then down wind. The contractor is responsible for providing necessary equipment/facilities for the trials. The contractor shall provide a written report describing the conditions, location, methods employed and results of the trials, certified as to accuracy, to the contracting officer along with the invoice at time of delivery. The contractor shall fully comply with the engine manufacturer's break-in instructions to protect the warranty and ensure longevity. The trial runs must be conducted in the presence of the COTR, unless otherwise indicated. The contractor shall give the COTR no less than three workdays advance notice of the trial runs to allow for travel arrangements. QUOTES ARE DUE SEPTEMBER 17, 1998, 11:00AM (DALLAS LOCAL TIME), at Immigration & Naturalization Service, ATTN: Ms. Morris Whitacre, ACDCAP, 7701 N. Stemmons Freeway, Dallas, TX 75247. Facsimile quotes will be accepted at (214) 767-7458. All responsible sources may submit a quotation that shall be considered. SEE Note 1. Posted 09/11/98 (W-SN248478). (0254)

Loren Data Corp. http://www.ld.com (SYN# 0216 19980915\19-0001.SOL)


19 - Ships, Small Craft, Pontoons and Floating Docks Index Page