Federal Bid

Last Updated on 23 Sep 2012 at 9 AM
Combined Synopsis/Solicitation
Houston Texas

19--JON BOATS

Solicitation ID W912CL12T8033
Posted Date 19 Jul 2012 at 6 PM
Archive Date 23 Sep 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Houston Texas United states 78234
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 W912CL-12-T-8033, and it is issued as a Request for Quote (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, effective May 18, 2012.

(iv) This solicitation is being competed as a 100% small business set-aside. The applicable NAICS code is 336612 and small business size is 500 employees.

(v) A list of contract line item number(s) and items, quantities and units of measure is as follows:

CLIN 0001 10 EA Jon Boats

(vi) Description of requirements for the items to be acquired.

CLIN 0001 Minimum Specifications:
SPEC 1. Boat Dimensions: Length: 18', Side Depth: 21", Beam: 75"
SPEC 2. Boat Weight: Approx. 475 lbs
SPEC 3. Passenger Capability: capable of transporting 6-8 people
SPEC 4. Weight Capacity: At least approximately 624 kg, 1375 lbs
SPEC 5. Motor Support: Heavy-duty Transom capable to support an outboard motor
40 HP, 4 stroke engine motor type
SPEC 6. Boat Material: All-welded aluminum frame with cross-ribbed reinforced structure
SPEC 7. Design: Flat bottom design to be able to work in shallow waters
SPEC 8. Handles Design: Lifting handles located on each side of the boat and front and
Back

(vii) Date(s) and place(s) of delivery and acceptance and FOB point.

Coastal Marine Stevedore, LLC
88693 Maritime Street
Jacksonville, Florida 32226
ATTN: JAXPORT-SDDC
POC: Mr. Luis Amparo (904) 304-7990
Alternate POC: Mr. Jose Hernandez (757) 775-4845

The SDDC containerization point (Coastal Marine Stevedore, LLC) is the official Government acceptance point. The 836th Transportation Battalion, which is the US Government Consignee, will receive and accept the items per contract specifications on behalf of USSOUTHCOM.

(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. FAR 52.212-1 ADDENDUM - ALL OR NONE. Paragraph (h) is modified as follows: ONLY ONE AWARD WILL BE MADE AS A RESULT OF THIS SOLICITATION. OFFERS SUBMITTED FOR LESS THAN THE TOTAL QUANTITIES OF ALL THE ITEMS IN THIS SOLICITATION WILL NOT BE CONSIDERED FOR AWARD.

(ix) The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. The evaluation criteria to be included in paragraph (a) of that provision, listed in descending order of importance are:

(i) technical capability of the item offered to meet the Government requirement

(ii) Price, Technical capability is approximately equal to price.

(x) Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.

(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

(xii) The clause at 52.212-5 (DEV), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition

The following are any additional FAR clauses applicable to the acquisition.

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2010
52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010
52.219-6 Notice Of Total Small Business Set-Aside JUN 2003
52.219-8 Utilization of Small Business Concerns JAN 2011
52.222-19 Child Labor -- Cooperation with Authorities and Remedies JUL 2010
52.222-26 Equal Opportunity MAR 2007
52.222-36 Affirmative Action For Workers With Disabilities OCT 2010
52.223-18 Contractor Policy to Ban Text Messaging While Driving SEP 2010
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009
252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005
252.225-7000 Buy American Act And Balance of Payments Program Certificate JUN2012
252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008
252.243-7001 Pricing Of Contract Modifications DEC 1991
252.243-7002 Requests for Equitable Adjustment MAR 1998
252.246-7000 Material Inspection And Receiving Report MAR 2008
252.247-7023 Transportation of Supplies by Sea MAY 2002


52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

http://farsite.hill.af.mil

(End of provision

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

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://farsite.hill.af.mil

(End of clause)

52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of clause)

HQ AMC LEVEL PROTEST

If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to:

Headquarters U.S. Army Materiel Command
Office of Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256)450-8840


Wide Area Workflow (WAWF) Electronic Invoicing Instructions

Contractor shall submit payment request using the following method (s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office.
X Wide Area Workflow ( WAWF) ( see instructions below)

DFAS POC and Phone: Customer Service @ 1-800-553-0527

WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt / Acceptance documents electronically. Contractors using WAWF shall (0 register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business Point of Contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract / order.

WAWF Instructions - You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor . Your purchase order / contact number or invoice number will be required to inquire about the status of your payment.

The following codes and information will be required to assure successful flow of WAWF documents. (TO BE COMPLETED AT TIME OF AWARD)

X Combination Invoice

CAGE:

ISSUE BY DODAAC: W912CL

ACCEPT BY DODAAC:

SHIP TO DODAAC:

PAYMENT OFFICE FISCAL STATION CODE:

EMAIL POINTS OF CONTACT LISTING:

RECEIVING OFFICE POC:

CONTRACT SPECIALIST: MARY A. MURRAY, [email protected]

CONTRACTING OFFICER: MICHAEL A. MIGNANO, [email protected]

(xiii) None

(xiv) None

(xv) Offers are to be sent by email to [email protected], CC to [email protected] no later than 25 July 2012, 11 a.m. Central Daylight Time (CDT).

(xvi) The name and telephone number of the individual to contact for information regarding the solicitation:

Mary A. Murray
Contract Specialist
410th Contracting Support Brigade
Regional Contracting Center Americas
4075 Gorgas Circle
Fort Sam Houston, TX 78234-2662

CML (210) 295-5527
DSN: 421-5527,
FAX: (210) 808-9473
email: [email protected]

Bid Protests Not Available

Similar Past Bids

Hale Michigan 14 May 2019 at 9 PM
Missouri Not Specified
Missouri Not Specified
Cordova Alaska 16 Apr 2021 at 10 PM
Location Unknown 30 Jul 2015 at 4 PM

Similar Opportunities

Location Unknown 21 Jul 2025 at 12 PM
Pennsylvania 09 Jul 2025 at 4 AM (estimated)
Pennsylvania 09 Jul 2025 at 4 AM (estimated)