1. DESCRIPTION
1.1. The U.S. Department of State, Narcotics Affairs Section (NAS), U.S. Embassy Managua, Nicaragua, has a requirement for the purchase of outboard marine motors and related accessories, to be donated to the government of Nicaragua for NAS program purposes.
1.2. This acquisition is unrestricted. The NAICS code applicable to this acquisition is 333618.
2. REQUIRED ITEMS:
CLIN 001: Yamaha 2-stroke 200 HP marine outboard motor (model AET).
QUANTITY: Twenty (20) EA, New
ADDITIONAL DESCRIPTION: 25" shaft.
10 EA shaft right and 10 EA shaft left. The motors will be installed in pairs on Eduardoño type boats 37 feet long by 5 feet wide. Required maximum speed is 49 knots. Each motor must be delivered with a 15" x 19" stainless steel propeller.
The following accessories and parts must be included for each pair of left and right shaft outboards: 1 rudder wheel, 1 rudder wheel table, 1 set of dual controls, 1 double key, 2 electrical connection cables, 2 distant control cables, 1 yoke to connect motors, 1 hydraulic actuator, 2 tachometers, 2 trip gauges, 2 temperature gauges, 2 batteries NL-70 (1 deep cycle and 1 cracking), and 1 Ritchie magnetic compass.
CLIN 002: Yamaha 2-stroke 40 HP marine outboard motor (model 40CV).
QUANTITY: Six (6) EA, New
ADDITIONAL DESCRIPTION: 20" shaft. Manual start, tiller handle, and pre-mix.
The motors will be installed on Zodiac inflatable 10-passenger boats 12 feet long by 6 feet wide.
Each motor must be delivered with 11.1" x 14" (right rotation) stainless steel propeller, and the following accessories: Primer pump assembly kit and fuel pipe component.
3. DELIVERY INFORMATION
3.1. REQUIRED DELIVERY DATE: 180 calendar days after receipt of purchase order.
3.2. DELIVERY TERMS: FOB Destination. The Contractor shall consolidate the entire shipment to prevent loss and misdirection. Any lost or damaged items during shipment shall be replaced by the contractor upon notification. When the order is ready for shipment, forward the shipment prepaid directly to:
U.S. Embassy Managua, Nicaragua
Almacén Numero 160
Managua, Nicaragua
POC - Claudia Giron
E-Mail: [email protected]
PH: (505)-2252-7100 ext. 7582
FAX: (505)-2252-7100
The items being acquired will be donated to the government of the ultimate destination Nicaragua. The contractor shall ensure that all items are prepared for safe shipment and include all necessary export approvals, licenses, and paperwork. Price must include delivery to the above-mentioned address and compliance with all applicable export/ITAR licensing requirements. If an export license is required, the items shall not be shipped until necessary export license is received.
The contractor shall coordinate with Ms. Claudia Giron (contact information provided above) at least ten (10) business days in advance of shipment.
3.3. MARKING REQUIREMENTS:
American Embassy Managua
NAS - Project No. IN23NCM4
Outboard Marine Motors
POC: Claudia Giron
Purchase Order No. (To be provided upon award)
4. EVALUATION OF QUOTATIONS:
4.1. Award will be made to the Lowest Priced-Technically Acceptable Offeror who submits a quote that is responsive to the RFQ requirements. Award decision will take into consideration the lowest overall price to the Government.
4.2. Additional Considerations:
The Government reserves the right to reject a quotation that is technically unacceptable or unreasonably low or high in price.
The Government will determine acceptability by assessing the offeror's compliance with the terms of the Request for Quotation (RFQ).
The Contractor must be able to demonstrate that it has the necessary resources to provide on-time delivery at a high level of quality.
4.3. In addition to other factors, quotes will be evaluated based on advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating quotes, that $500 would be the administrative cost to the Government for issuing and administering each order awarded under this solicitation, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. Please note that multiple awards will only be considered at the CLIN level (i.e. the Government will not purchase related accessories and motor from different sources).
4.4. The source-origin restrictions in 22 CFR 228, as implemented by INL, are applicable to this acquisition. A source-origin waiver has not yet been granted. The Government will evaluate quotations for compliance with INL source-origin restrictions. Any quotation not meeting the requirements of INL's policies will be determined ineligible for award.
5. QUOTATION MUST INCLUDE THE FOLLOWING:
5.1. PRICE: unit and extended prices, inclusive of delivery charges.
5.2. DELIVERY DATE: Proposed delivery date.
5.3. DESCRIPTION: Description/nomenclature of the item being proposed; product literature may be provided.
5.4. DUNS AND CCR: DUNS number and statement that the quoter is registered in CCR.
5.5. CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/).
6. ADDITIONAL INFORMATION AND REQUIREMENTS:
In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov. However, please see the exceptions at FAR Subpart 4.1102. All responsible sources may submit a quotation which shall be considered by the Department.
This solicitation number S-WHARC-11-Q-0112 is issued as an RFQ under subparts 12.6 and 13.5 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-51.
FAR clauses may be accessed at: http://acquisition.gov/far/index.html
The following FAR Clauses and Provisions 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
[Fill-in paragraph i(1): Electronics - China]
52.212-4, Contract Terms and Conditions - Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items
The following clauses are selected under paragraph (b):
52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I
52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items).
52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its offer)
52.219-8, Utilization of Small Business Concerns
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 for Veterans
52.222-36, Affirmative Action for Workers with Disabilities
52.222-37, Employment Reports on Veterans
52.222-40, Notification of Employee Rights Under the National Labor Relations Act
52.222-54, Employment Eligibility Verification (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)
52.223-18, Contractor Policy to Ban Text Messaging while Driving
52.225-5, Trade Agreements
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration
52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration
52.214-34, Submission of Offers in the English Language
DOSAR clauses may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm
The following DOSAR clauses and provisions are incorporated by reference.
652.206-70, Competition Advocate / Ombudsman (AUG 1999) (Deviation)
652.225-70, Arab League Boycott of Israel (AUG 1999)
652.225-71, Section 8(a) of the Export Administration Act of 1979, As Amended (AUG 1999)
652.229-70, Excise Tax Exemption Statement for Contractors Within the United States (JUL 1988)
652.229-71, Personal Property Disposition at Posts Abroad (AUG 1999)
652.232-70, Payment Schedule and Invoice Submission (Fixed-Price) (AUG 1999)
652.242-72, Shipping Instructions (DEC 1994)
652.242-73, Authorization and Performance (AUG 1999)
652.243-70, Notices (AUG 1999)
7. QUOTATIONS ARE DUE by the date and time stated on the FedBizOpps website. Quotations must be submitted by uploading to the FedBizOpps website; no other method of quotation submission is allowed. Identify your quotation as a response to solicitation number S-WHARC-11-Q-0112. Quoters are requested to limit the number of files uploaded to no more than six (6).
8. AWARD TYPE: The Government will award a firm-fixed-price Purchase Order for the requirements identified in this RFQ. The price shall include all direct and indirect costs, profit, shipping/delivery charges, export requirements, insurance, etc. The price will not be subject to adjustment after award.