Revised combined synopsis/solicitation
The Tongass National Forest is seeking quotes for furnishing 24 foot welded aluminum work- boat as described in this notice. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. The following Federal Acquisition Regulation clauses are incorporated by reference: 52.204-7 Central Contractor Registration, 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (the following clauses are checked as included: 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 and 52.232-33). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26. This acquisition is totally set-aside for small business concerns, NAICS 336612.
The Ketchikan/Misty Ranger Districts would like to replace our 25-foot Boston Whaler (boat no. 2271) Frontier model workboat with a 24 foot welded aluminum landing craft as specified below. The boat and motors have reached their replacement cycle and should be sold as a unit to receive the highest salvage value. The District wishes to replace this unit with welded aluminum, serving the changing needs of the District. The District needs the ability to move materials, tools, ATVs as well as people in support of Research, Habitat enhancement, Timber, Engineering and related Monitoring programs.
SALIENT CHARACTERISTICS
Supply one, 24 ft. welded aluminum landing craft, Packman Model as manufactured by the William E. Munson Co., Edmonds, WA or approved equal. The boat must be capable of shallow draft operation in rough seas, must be able to sit on the beach during low tide and be able to have engines raised fully out of the water. Include 48â wide console configuration with an 84â long T-Top aluminum roof. Supply 42â leaning post with back pad at helm. Removable canvas enclosure installed around T-Top. Vessel shall be furnished with the basic navigational lighting and appurtenances. Vessel shall be powered with twin Honda four-stroke, 90 Hp. outboard motors and have a fuel capacity of no less than 100 gals. 64â bow door opening.
The boat shall be painted with non-skid paint on all walking surfaces including inside of bow door and anti-fouling black paint on bottom to 4 in. above water line. Hull bottom and sides shall be fabricated of ¼ inch marine grade aluminum and hull design furnished shall have no less than five years of successful open water operations and customer satisfaction.
Boat is to be delivered as a turnkey unit.
SPECIFICATIONS
The following describes a 24â welded aluminum Packman Landing Craft or equivalent to be used as a Forest Service workboat in Southeast Alaska. Drawings of boat will be submitted for approval prior to construction.
HULL SPECIFICATIONS:
1. Centerline Length 24 feet 5 inches
2. Beam 8 feet 6 inches
3. Transom Deadrise 16 degrees
4. Person and Cargo Capacity 2800 lbs
5. Maximum Horsepower 225 hp
6. Fuel Capacity 100 gallons
7. Bow Door Clearance 64 inches
8. Bottom Plate ¼ inch 5086-H116
9. Side Plate ¼ inch 5052-H32
10. Deck Plate 3/16 inch 5052-H32
260-01: PACKMAN HULL PACKAGE
1. 24â Packman hull package incorporating 64â bow door, manual bow door winch,
self-bailing double bottom with blue non-skid deck coating, 2â guard pipe, 1¼â
pipe railings, 8â inspection hatches for all hull voids, four 10â welded cleats
260-01: HULL OUTFITING OPTIONS
1. ¼â x 3â beaching wear plate installed on bow forefoot
2. Appropriate zinc anode installed on bracket welded to transom
3. Two additional 10â welded cleats installed at midship
4. Gunnel rail boarding openings installed port and starboard
5. 15â x 24â Bomar deck hatch installed in main deck
6. Four 2â x 7â open cutout scuppers installed on cargo deck
7. Bow anchor roller with 10â cleat installed
8. 3â pipe davit installed in socket with manual winch
9. Appropriate anti-fouling bottom paint applied to hull bottom
10. Outboard motor protection guard installed on transom
260-01: FUEL SYSTEM
1. 100 gallon non-integral fuel system installed with fill and vent
2. Racor fuel filter/water separator installed with shut off valve
3. 12V 140 CFM bilge blower installed to ventilate fuel tank compartment
260-01: CONTROL STATION
1. 48â wide console T-top installed with 84â long aluminum roof. Includes three
fixed rubber framed windows, 1â pipe roof railings, 2â box tube vertical roof
supports, waterproof glove box
2. 42â wide leaning post with back pad installed at console
3. 48â wide anchor rode locker installed on front of console
260-01: LIGHTING â ELECTRICAL
1. Two 12V 6 position waterproof breaker panels installed on console
2. 12V navigation lights installed to USCG requirements
3. 12V 2000 GPH bilge pump installed in slop well void
4. 12V red/white dome light installed aft of console
5. 12V two speed wiper installed on windshield
6. Two 12V cigarette lighter receptacles on console as power outlets
7. 5â lighted compass installed on dash
260-98: ENGINE INSTALLATION
1. Provide and Install Twin 90hp Honda OB outboards with Teleflex hydraulic steering. Includes helm, wheel and cylinder installed complete with main engine harness, standard gauges, ignition switch, binnacle control head and group 27 battery with selector switch
260-01: TESTING AND SHIPPING
1. Fuel, launch and test boat (sea trials)
2. Deliver boat to Seattle barge line
CUSTOM ITEMS: The following are custom items required by the customer for the boat. Items are priced as per standard Munson pricing practices.
1. Custom removable canvas enclosure installed around T-top with zip up doors port
and stbd; windows port, stbd and aft
PACKING AND SHIPPING
Preference will be given to bidders who package and ship FOB Destination to USFS, Ketchikan-Misty Ranger District, 3031 Tongass Ave, Ketchikan, Alaska, 99901 via truck/barge. Delivery due date approximately September 15, 2005. Contractor must contact Forest Service Contracting Officer Representative prior to shipment to ensure packing and loading are as specified.
Quotes may be submitted on vendor's letterhead stationary and may be mailed to USDA Forest Service, Contracting ATTN: Bill Standley, 648 Mission St., Federal Bldg., Ketchikan, AK. 99901 or sent via FAX to (907) 228-6241. Quotes must be submitted not later than 3:30 p.m. (Alaska time) on April 29, 2005.
Quotes must also include a completed copy of FAR 52.212-3, Offeror Representation and Certifications-Commercial Items. This provision is available on-line at www.arnet.gov/far/. An offer will be made to the contractor whose quote represents the best overall value to the Government, price and other factors considered, including the ability to meet delivery and packaging specifications.
Bid Protests Not Available