This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are not being requested and a written solicitation will not be issued. The solicitation number is N40442-T-1025, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. NAICS 423860 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is not a small business set-aside.
Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed priced purchase order for (2) Rescue Boats, IAW General Specifications or equal, in support of USNS Humphreys (T-AO 188) reactivation.
CLIN 001. RESCUE BOATS (2)
Line Item Part No. Description Qty Act Cost Ext. Cost
1 WM-670SIB
Basic Boat Package : Sea Force 670 I/B ... 2.0
2 IB ENGINE
230 HP Steyr 170 Kw @ 4200 rpm Inboard D 2.0
3 FRAME Self Righting System & Frame 2.0
4 WLD-7COM-30 Single Point Lifting Frame 2.0
5 HOOK Single Point lifting Hook 2.0
6 WLD-7MRB-19
Aluminum bow bit package, with anodizing... 2.0
7 WLD-7COM-38
5 chamber Polyurethane Tube Upgrade, Int... 2.0
8 WLD-7MRB-52A
Electrical System Upgrade to Cole Hersee 2.0
9 WM-670SCS
Shipping Cradle and Shrink Wrap 2.0
TOTAL ________ _________
*NOTE: This is an all or none requirement. Bidder must provide all items requested for this proposal.
***General Specification: RHIB Boat (incl items 1-9)
SOLAS Approved RHIB Rescue Boat 6 to 9 personâs capacity.
Overall Length: 22 to 23 feet
Bean Overall: 8â 5â to 9â
Weight Overall: 6200 LBS or less
Engine: Diesel Powered In board with jet drive, Minimum 230 hp.
Option: Disengage jet drive. USCG Approved
Standard Specification:
⢠Heavy duty fiberglass hull and deck construction
⢠All inorganic material (no wood) used in boat construction.
⢠High density foam inserts at all high strength connections
⢠Pigmented color gel coat finish on all molded surfaces
⢠Limber holes installed to allow drainage of water to bilge area.
⢠Heavy duty 5-chamber hypalon coated inflated tubes
⢠Tube inboard lifelines and heavy duty rub stakes
⢠High capacity deck drain
⢠316-Stainless steel fasteners
⢠Emergency Tiller
⢠Boot Hook
⢠Heavy-duty aluminum fuel tank. (40 gallon capacity)
⢠USCG/SOLAS Rescue Boat Certificate
⢠Stainless Steel 4-point Lift Pads for Single Point Pick up
⢠Lifting Slings
⢠Full Height Transom with stainless steel transcom cap and 2 tow bollards
⢠Self Righting system and frame
⢠Single Point Lifting System
⢠Single Point Lifting Hook
⢠Miranda Davit Lifting System
SOLAS Equipment:
⢠SOLAS Kit
⢠Navigation Light, Combination
⢠Sponge (qty 2) Stern/Anchor Light
⢠Thermal protection knife Compass, Plath Flush Mounted
⢠Whistle, man overboard Search Light- 400,000 cp
⢠Fire Extinguishers (qty 2 â 5 lbs) Collapsible boarding ladder
⢠Tow Line First aid kit
⢠Radar Reflector Flashlight
⢠Bailer Boat hook, 8â telescoping
⢠Foot Pump (qty 2) Rescue Line ( 30 m line)
⢠Tube repair kits Knife, paddle
⢠Sea Anchor Maintenance Manual (qty 2)
Rescue Boat to meet specifications (or equal)
Quote should include the following:
CLIN: Unit price and extended price for each part
Shipping Charges (if applicable) FOB Destination
Grand Total
The required delivery date for the above items is: March 28,2010
The delivery address is: N3211A RRAMS WHSE (DS2)
1112 Cavalier Blvd
Chesapeake, VA 23323-5000
FOB Destination
The following FAR provisions and clauses apply to this solicitation and are incorporated by reference:
52.204-7 Central Contractor Registration;
52.212-1 Instructions to Offerors-Commercial Items;
52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certificationsâCommercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference);
52.212-4 Central Contractor Registration;
52.212-4 Contract Terms and Conditions-Commercial Items;
Addendum to 52.212-4 Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer.
Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference:
52.203-6 Alt I Restrictions on Subcontractor Sales to the Government,
52.219-8 Utilization of Small Business Concerns
52.219-14 Limitations on Subcontracting.
52.219-28 Post-Award Small Business Program Rerepresentation.
52.222-3 Convict Labor,
52.222-19 Child Labor - Cooperation with Authorities and Remedies,
52.222-21 Prohibition of Segregated Facilities,
52.222-26 Equal Opportunity,
52.222-35 Equal Opportunity; Special Disabled Veterans of the Vietnam Era, and other Eligible Veterans
52.222-36 Affirmative Action for Workers with Disabilities,
52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Eligible Veterans
52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees
52.222-50 Combating Trafficking in Persons
52.225-13 Restrictions on Certain Foreign Purchases, and
52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration;
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.204-7004 Required Central Contractor Registration. Alternate A;
252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation;
252.212-7000 Offeror Representations and Certifications--Commercial Items.
Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference:
252.225-7001 Buy American Act and Balance of Payment Program,
252.225-7000 Buy American Act--Balance of Payments Program Certificate,
252.225-7012 Preference for Certain Domestic Commodities
252.225-7014 Preference for Domestic Specialty Metals (Deviation)
252.232-7003 Electronic Submission of Payment Requests; and
252.247-7023 Transportation of Supplies by Sea
The following additional clauses apply:
52.203-3 Gratuities
252.247-7024 Notification of Transportation of Supplies by Sea.
52.247-34 F.B.O. Destination
252.204-7004 Central Contractor Registration (52.204-7) Alternate A
252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country
252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country
252.211-7003 Item Identification and Valuation
252.225-7014 Preference for Domestic Specialty Metals Alternative I (Deviation)
252.232-7010 Levies on Contract Payment
252.243-7002 Requests for Equitable Adjustment.
252.246-7003 Notification of Potential Safety issues
252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program
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://www.arnet.gov/far/
http://www.acq.osd.mil/dp/dars/dfars/dfars.html
52.233-2 SERVICE OF PROTEST (SEP 2006)
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from
Military Sealift Fleet Support Command
Attention: Deidre Fisher
471 âCâ Street, Building SP 64
Norfolk, Va 23511
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
Addendum to 52.233-2 SERVICE OF PROTEST
Interested parties may request an independent review of their protest as an alternative to consideration by the contracting officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X, Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the contracting officer prior to filing a protest.
MSFSC INVOICE INSTRUCTIONS
Submit Invoices to: Military Sealift Fleet Support Command
Accounts Payable, Code N8211
471 C Street
Norfolk, VA 23511
Or fax to: 757-443-2941
For questions concerning invoice payments or status, contact accounts pay at 757-443-2928.
Notes:
1. A Copy of the purchase order must be submitted with the invoice
2. A bill of lading must be provided with the invoice to substantiate shipping charges, if applicable.
3. Annotate invoice as âFINAL INVOICEâ, when applicable.
TEST PROGRAM FOR COMM ITEMS:
Test Programs For Certain Commercial Items: This requirement will be awarded using the procedures under FAR Subpart 13.5, Test Program for Commercial Items of the Clinger-Cohen Act of 1996. The following FAR Part 13 Simplified Acquisition Procedures shall be used: Quotes shall be solicited and a purchase order issued to the successful vendor. FAR Part 13 purchase order procedures shall supersede any contrary procedures set forth or incorporated by reference in this solicitation.
EVALUATION âCOMMERCIAL ITEMS:
The following factor shall be used to evaluate offers: Price.
The following numbered notes apply to this requirement: None.
At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by March 16, 2010 @ 10:00 AM. Offers can be emailed to
[email protected] or faxed to 757-443-5979 Attn: Ms. Walker, Prinsez. Reference the solicitation number N40442-T-1025, on your quote.
Bid Protests Not Available