SOLICITATION NOTICE
19 -- COMMERCIAL GRADE PONTOON BOAT, 24' TO 26' LONG BY 8' WIDE
- Notice Date
- 5/2/2011
- Notice Type
- Presolicitation
- NAICS
- 336612
— Boat Building
- Contracting Office
- USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ-11-Q-0105
- Response Due
- 6/8/2011
- Archive Date
- 8/7/2011
- Point of Contact
- Norman Krause, 978-318-8833
- E-Mail Address
-
USACE District, New England
(norman.a.krause@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The US Army Corps of Engineers, New England District has a requirement to obtain a Sampling Vessel and Trailer in accordance with the following specifications: Specifications for a Sampling Vessel and Trailer Required by CENAE-EP-VE Vessel Specifications: The vessel shall be a 24' to 26' long by 8' wide commercial grade pontoon boat to be used for environmental sampling and survey efforts with a particular focus on sediment core sampling. The vessel shall be constructed of.125 - 5052 marine grade aluminum with an all aluminum non-skid deck. The vessel shall have two vee-style pontoons which shall be at least 30" wide and are to be bulk headed every 48". The vessel shall be enclosed by a 36" high railing with a removable bow section and splash protection consisting of 18" high aluminum sheet. There shall be a 24" opening in the railings on the port and starboard sides, located just forward of the console and storage area described below. These openings shall be fitted with removable doors or chains, and provisions for a removable ladder. The forward 1/3 of the vessel shall have a 36" X 36" moon pool centered in the deck with a lockable, removable cover. The vessel shall be equipped with a removable/collapsible lifting frame with 12 feet of clearance between the top of the frame and the deck. This shall be mounted to the deck above the moon pool to be used for deployment and retrieval of sampling gear. The design of this frame shall be submitted to and approved by ERS prior to the start of construction. The rear 1/3 of the vessel shall have a steering console and seat on the starboard side. The console should have steering, throttle control, appropriate gauges, and room to mount additional electronics. There shall be adequate room for a marine battery to be located beneath the console. A removable aluminum storage box (to be a minimum of 24" wide) shall be located in the rear 1/3 of the vessel on the port side across from the steering console. A collapsible bimini style top shall be mounted to the railings and will cover the rear 1/3 of the vessel when erect. The vessel shall be equipped with a 115 to 150 hp outboard motor with tilt/trim mounted to the stern and with wiring, throttle, and steering control routed to the steering console. The vessel shall be equipped with navigation lights, and shall be compliant with all USCG regulations. Trailer Specifications: The vessel shall come with trailer that is appropriate to tow and launch the vessel on a daily basis in all weather conditions. The trailer shall be tandem axle trailer with hydraulic surge brakes and lighting that meets all State and Federal Regulations. The trailer shall be equipped with bunks/rollers and a bow support that is appropriate for the vessel described above. The trailer shall be equipped with a manual winch to assist with loading/offloading of the vessel. The tongue of the trailer shall be equipped with a foot jack, a roller jack, a spare tire, and safety chains of sufficient strength to maintain connection with a tow vehicle under all conditions. The trailer shall be equipped with a fixed ladder to provide access to the deck of the boat from the ground. The estimated cost of this procurement is between $25,000 and $100,000. This solicitation will be available on or about 17 May 2011 and will be available for downloading by accessing the Federal Business Opportunities website (http://www.fbo.gov) which links to the FedTeds website (see below). Prospective contractors are required to self register their firm on the Internet to receive this solicitation. Registration instructions are available on the internet at https://www.fedteds.gov. Amendments, if any, will be available at this Internet site. Neither telephonic, mailed nor faxed requests will be accepted. Registrants are responsible for the accuracy of the information on the registration list. This procurement is 100% set aside for small businesses only. The applicable NAICS code is 336612 with a Small Business Size Standard of 500 employees. All responsible sources may submit a quotation which will be considered by the New England District.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-11-Q-0105/listing.html)
- Place of Performance
- Address: USACE District, New England 696 Virginia Road, Concord MA
- Zip Code: 01742-2751
- Zip Code: 01742-2751
- Record
- SN02438245-W 20110504/110502234723-890b4c2cd93eda5bdba5020396d52352 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |