20--Boat

Agency: DEPT OF DEFENSE
State: New Jersey
Level of Government: Federal
Category:
  • 20 - Ship and Marine Equipment
Opps ID: NBD00159257576298287
Posted Date: Apr 14, 2023
Due Date: Apr 21, 2023
Solicitation No: PicaDoOFIRECJD002
Source: Members Only
Follow
20--Boat
Active
Contract Opportunity
Notice ID
PicaDoOFIRECJD002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT DRUM
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 14, 2023 03:21 pm EDT
  • Original Date Offers Due: Apr 21, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 2010 - SHIP AND BOAT PROPULSION COMPONENTS
  • NAICS Code:
    • 336612 - Boat Building
  • Place of Performance:
    BLDG 169 Farley Ave Picatinny Arsenal , NJ 07806
    USA
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. The solicitation number is PicaDoOFIRECJD002 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 336612 with a small business size standard of 1,000.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-04-21 15:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Picatinny Arsenal, NJ 07806

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: R1-1673 StiffBACK DOUBLE HULL™
design, full length
SecureTRAC™ system for
securing any gear,
anywhere inside, built-in
foam for redundant
buoyancy, USCG approved
navigation lights and
USCG, ABYC and NMMA
safety certified wiring
harness, twin 1100 gph
bilge pumps, non-skid
tough interior coating, 2
FlexSEAT™ boxes which can
be fastened in any
position in the boat (
ie. Across, side(s) or
centered), 4FloatROPES™, 1, EA;
LI 002: R1 - CONSOLE 1673 Conn.Stronger aluminum
material is powder
coated, seat is
adjustable (front to
rear) and tilts up for
access to fuel cell and
has replaceable cushions.
It includes electrical
switch panel which meets
all USCG, NMMA and ABYC
safety standards, SafeT®
steering system with
wheel, and engine remote
controls and harnesses., 1, EA;
LI 003: R1 - DVP - 1673 Conn.Deploys in seconds,
supports divers providing
easy access in and out of
boat. Built of anodized
aluminum, weighs 35lbs,
supports 300lbs,
removable and folds
easily into boat for
storage. New design
allows it do double duty
as a hoist to lift a
victim from the water.
Includes two HOISTlevers™, 1, EA;
LI 004: R1 - NLR - 1673 Conn.New narrow design is
heavier, stronger, and
compact. Built of
anodized aluminum. Folds
backwards out of the
driver’s way, includes
side mount plates for
additional work lights
and internal wiring
harness. Fits only 1673
Lights not included, 1, EA;
LI 005: R1 - LED4PAK - 1673 Conn.2 front facing and 2 side
mount (adjustable) LED
work lights, 1, EA;
LI 006: R1 - ELR - 1673 Conn.mini emergency warning
LED light bar (red, blue
or r/b-Please specify)
installed, 1, EA;
LI 007: R1 - NIGHT - 1673 Conn.Package includes 8 high
intensity, submersible
LED lights which are
flush mounted in the hull
with 2 front, 2 back, 2 o
each side. They surround
the boat with light on
all four sides. Installed, 1, EA;
LI 008: R1 - INTLIGHTS - 1673 Conn.Two 16’ (full length)
no-glare soft red LED
Gunwale rope interior
lights installed in boat, 1, EA;
LI 009: R1 - 60 ELPT - 1673 Conn.60 HP Mercury Electric
Start, Tilt/Trim, Remote
60ELPT, 1, EA;
LI 010: R1-ProX430 - full bottle inflation and
with aluminum floor
-7 persons with 30hp
maximum recommended. 20”
transom for long shaft
motor
-Length 14’0”, Beam 6’
10”, weight 220 lbs., Max
Load 2410 lbs., 1, EA;
LI 011: R1-25EH 25hp Mercury Electric
Start, Tiller Control,
equipped with our
exclusive
RescueONE®ProPower™ monit
or system. It tracks and
displays RPMs, engine
hours (to facilitate
accurate
maintenance). This system
is not available on
standard outboard models
not sold by us.
Notes: These are four
stroke outboards with EFI
fuel system. Included is
aluminum prop, and
6-gallon fuel tank and
hose. It is protected by
a 3-year factory warranty
and is serviceable at any
authorized dealer., 1, EA;
LI 012: R1 - TWINTRANSPORT - stores, transports and
launches two Connector
Boats® or inflatables AND
SpaceSAVER™ design is 2.5
shorter than our original
design. Includes front
treadplate step platform,
tandem axles with 14”
radial tires, premium
Vault® hybrid lube hubs,
adjustable carriage (for
proper weight
distribution), AutoSURGE™
automatic disc brakes,
Heavy Duty 9500lb
electric winch with steel
cable (synthetic rope
optional) to raise and
lower upper boat, Winch
Control Module includes
HD battery, battery
charger/maintainer and
storage for remote
control, all in a single
enclosure. Standard are
DOT approved LED running
lights, back up and night
work lights, lifetime
SteelPOLY™ runners, high
quality paint, HD tongue
jack, plastic coated
spring safety cables,
spare tire/wheel mounted,
7 pin round connector, 1, EA;
LI 013: R1 - MOTORSWING - storage rack(s) (for 30hp
and down outboards) swing
out for easy
loading/unloading., 1, EA;
LI 014: R1 - STOBSK - Tongue storage basket(s)
for gear (Twin Transport
Trailer only), 2, EA;
LI 015: R1 - STOLOCKER - 2-3/4 cu. ft. storage
space. Easy-open lid has
gas struts to keep the
lid open. Weather
resistant seal. Angled to
allow clearance for motor
on SwingRACK™. Lockable
with recessed latch., 1, EA;
LI 016: R1 - SLIDERAMP - Allows easy removal of an
inflatable from the top
rack of double trailers
without launching bottom
boat. Set of two, 1, EA;
LI 017: R1 - INFBUNK - adjustable bunk support
system for inflatables, 1, EA;
LI 018: R1 - SKYLIGHTS - 108 watts of fully
adjustable/ telescopic
LED scene lights (pair), 1, EA;
LI 019: R1 - SAFEFLOOR Expanded Metal Mesh
Safety Floor Forward of
axles, 1, EA;
LI 020: SHIPPING, 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.

The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.

The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.

IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance

Shipping is FOB Destination CONUS (CONtinental U.S.).

New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.

Submitted Quotes will be valid for 45 days after the auction closing.

This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).

IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/

The associated North American Industrial Classification System (NAICS) code
for this procurement can be found. The small business size
standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf

5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (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 Government Accountability Office (GAO) 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 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below.

Headquarters U.S. Army Materiel Command

Office of Command Counsel-Deputy Command Counsel

4400 Martin Road

Rm: A6SE040.001

Redstone Arsenal, AL 35898-5000

Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil

The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/.

If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.

"52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,
Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government
Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,
Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;
252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material
inspection and receiving report"

Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.

Wide Area WorkFlow Payment Instructions

252.204-7012 Safeguarding of Unclassified Controlled Technical Information

All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.

IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.

No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.

Wide Area WorkFlow Payment Instructions

Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.

In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product.
****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****

Reporting During Contract Performance

Equal Opportunity
Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 14, 2023 03:21 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >