COMMERCE BUSINESS DAILY ISSUE OF MARCH 19, 2001 PSA #2810
SOLICITATIONS
19 -- SURVEY BOAT AND VARIOUS MARINE SUPPLIES AND SERVICES
- Notice Date
- March 15, 2001
- Contracting Office
- U.S. Army Corps of Engineers, Philadelphia Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania 19107
- ZIP Code
- 19107
- Solicitation Number
- DACW61-01-R-0016
- Response Due
- April 2, 2001
- Point of Contact
- Contact Point, Ms. Karen Thorngren, (215) 656-6911, Contract Specialist
- 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is DACW61-01-R-0016 and is issued as a Request for Proposal (RFP). The Government intends to negotiate solely with SeaArk Marine, Incorporated, P.O. Box 210, Monticello, AR, 71657, for a firm fixed-price contract for: 6016-V Dauntless (Qty 1); Engines, Cummins KTA19-M4 with century electronics and twin disc MG-5145-A marine transmissions (Qty 2); EIP, electronic (Qty 1); bilge pump (Qty 1); fire extinguisher, 10 lb. CO2 (Qty 2); fire extinguisher, 10 lb. DC (Qty 3); flare kit (Qty 1); first aid kit (Qty 1); ring buoy, 30" (Qty 2); water light, for raft and ring buoy (Qty 2); life jackets (Qty 17); life raft, buoyant app. (20 person) (Qty 1); fog bell (Qty 1); fire extinguisher, CO2, 50 lb. (100 lb. total) (Qty 2); fire extinguisher, CO2, 25 lb. (50 lb. total) (Qty 2); cabin insulation, additional (Qty 3); safety rail, foredeck (Qty 1); double bunk arrangement (Qty 2); work desk with chair (Qty 2); roof hatch (Qty 3); storage shelves (Qty 1); storage locker (Qty 3); port light (Qty 2); toilet with enclosure (Qty 1); lavatory enclosure (Qty 1); shower set (Qty 1); sink, freshwater (Qty 1); refrigerator (Qty 1); stove (Qty 2); sink (Qty 2); microwave (Qty 1); counter/cabinets (Qty 1); defroster (Qty 1); breaker panel, 12V (Qty 2); breaker panel, 24V (Qty 2); breaker panel, 110/220 (Qty 3); radar (Qty 1); settee/table (Qty 2); carpeting (Qty 4); placard, name board (Qty 2); aft canopy (Qty 1); bow mooring bitt (Qty 1); COE paint scheme (Qty 1); anti-fouling (Qty 1); rubber bumper (Qty 58'); fire axe (Qty 1); boat hook (Qty 1); battery charger (Qty 1); EIP, generator (Qty 1); battery charger (Qty 1); fuel tank (1400 gallons) (Qty 1); emergency fuel shutoff (Qty 3); bilge alarm (Qty 5); AC system, 48,000 BTU (Heat Pump) (Qty 1); light, fluorescent, 110V (Qty 25); light, fluorescent, 12V (Qty 7); outlet, duplex (Qty 20); roof access ladder (Qty 1); floodlights (Qty 4); rudder angle indicator (Qty 1); air horn (Qty 1); mast, heavy-duty (Qty 1); chart light (Qty 4); fenders with rope (Qty 4); flush desk (Qty 1); increase beam from 16'to 18' (Qty 1); increase length from 60' to 65' (Qty 1); survey cabin extension (Qty 1); additional watertight bulkhead (Qty 1); USCG, outfitting, certification standards (Qty 1); transducer windows (Qty 2); ball check system (Qty 1); food storage pantry (Qty 1); storage area (deckhouse) (Qty 1); shades, screens, and window tint (Qty 1); pilothouse work station (Qty 1); 5" compass (Qty 1); Furuno GP1850D DGPS (Qty 1); C-maps (Qty 1); rectifier, 115/230VAC (Qty 1); file cabinet (Qty 1); wood paneling/trim (Qty 1); fiberglass finish in head (Qty 1); perforated aluminum (Qty 1); diamond tread plate in engine room/fuel space (Qty 1); 12" Perko searchlight, 12VDC, 1.6M CP (Qty 1); 1"x75' docking lines (Qty 4); electronic twin disc controls (Qty 1); grid coolers for main engines (Qty 2); grid coolers for after-coolers and gears (Qty 2); Nibrel propeller upgrade (Qty 2); wet exhaust mufflers (Qty 2); duplex fuel/water separators (Qty 3); torsional drive-train analysis (Qty 2); 100V engine room blowers (Qty 2); spare props, shafts and nuts (Qty 2); orbitrol steering system (Qty 1); Genset, Onan Model MDKAF27.5 (Qty 1); grid cooler for generator (Qty 1); shore power, 100 AMP, 75' cord (Qty 1); SS lines and fitting for fuel system (Qty 1); SS valves on supply and return lines (Qty 8); drip/sump tanks (Qty 3); smoke detectors (Qty 3); carbon monoxide detector (Qty 3); fuel oil gauge set digital and bar display (Qty 1); isolation transformer (Qty 1); deck toe rail (Qty 1); lube/dirty oil container storage rack (Qty 1); pipe hangers (Qty 1); equipment anti-vibration mounts (Qty 1); pipe/hose labeling (Qty 1); fuel fill coaming (Qty 1); poured resin flooring, galley/head areas (Qty 1); heavy-duty Freeman door upgrade, 4-dog single lever (Qty 3); movable pilothouse seats -- wide base, well padded, with arm and foot rests (Qty 2); fire sensor with alarm (Qty 3); deck hatch, 19x26, Forepeak & Lazarette (Qty 2); deck hatch, 30x30, crew cabin (Qty 1); courtesy lights (Qty 7); Trials/Training; Travel/Commissioning; Transportation/Delivery; ABS. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23. The North Atlantic industrial classification (NAIC) is 441222; the small business size standard is $5 million. Delivery shall be made FOB destination within two hundred seventy days (270) days of contract award. Delivery shall be made to U.S. Army Engineer District, New Orleans, 102.7 miles above head of passes, Mississippi River left descending bank, New Orleans, LA 70118. Administrative office: U.S. Army Engineer District, New Orleans, 7400 Leake Avenue, New Orleans, LA 70118. Technical inquiries may be directed to James Monsu (215) 656-6850. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items is applicable. Award will be made to the lowest offer technically acceptable. Offerors must include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications with all offers. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items is applicable. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is applicable. Proposals are due at 3:00 p.m., 2 April 2001 at the following address: U.S. Army Engineer District, Philadelphia, Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390. For information regarding this solicitation, contact Karen Thorngren at (215) 656-6911. See Numbered Note 22.*****
- Record
- Loren Data Corp. 20010319/19SOL003.HTM (W-074 SN50G3C8)
| 19 - Ships, Small Craft, Pontoons and Floating Docks Index
|
Issue Index |
Created on March 15, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|