Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2020 SAM #6674
SOLICITATION NOTICE

19 -- LMA - Workboat

Notice Date
3/6/2020 2:20:41 PM
 
Notice Type
Presolicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF20B0014
 
Response Due
4/22/2020 2:00:00 PM
 
Archive Date
05/07/2020
 
Point of Contact
Chandra D. Crow, Phone: 5095277202, Brooke Moore, Phone: 5095277913
 
E-Mail Address
chandra.d.crow@usace.army.mil, brooke.n.moore@usace.army.mil
(chandra.d.crow@usace.army.mil, brooke.n.moore@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The US Army Corps of Engineers, Walla Walla District is issuing a solicitation for the purchase of a Workboat, non-commercial supply, prepared in accordance with Federal Acquisition Regulation Part 14. The NAICS code applicable to this acquisition is 336612, with a small business size of 1,000 Employees as determined by 13 CFR 121.104. Competition for this requirement is restricted to small business firms. In accordance with FAR 19.502-2(b)(1), �Before setting aside an acquisition under this paragraph, refer to�19.203(c). The contracting officer shall set aside any acquisition over $150,000 for small business participation when there is a reasonable expectation that -�(1)�Offers will be obtained from at least two responsible small business concerns offering the products of different small business concerns (see paragraph (c) of this section).� When available, the solicitation documents for this project will be provided under solicitation W912EF20B0014. The agency estimates that the solicitation will be available on or around 23 March 2020. Please do not submit an offer without the solicitation package that will be provided to industry by the Government. The solicitation will be an Inquiry for Bid. The official bid due date will be contained within the solicitation and any solicitation amendments that may be issued. Description of the Requirement: This acquisition requires the manufacture, outfitting, and delivery of one new all steel, twin diesel engine powered, propeller driven truckable towboat/workboat ready for freshwater operation. The contractor shall provide all labor, material, equipment, and engineering necessary to build and deliver a boat as required by this acquisition. SCOPE The vessel shall comply with all current U.S. Coast Guard Regulations for Uninspected Towing Vessels, US Army Corps of Engineers Safety Manual EM 385-1-1 Section 19, and Federal and State environmental requirements with respect to a vessel�s function, construction and equipment outfitting. The vessel shall be newly manufactured and shall be built entirely of steel by a proven manufacturer regularly engaged in the manufacture of truckable welded steel towboats. A custom built boat is not necessarily intended and modifications to a stock model design is encouraged. The vessel is to be used as a push boat in a fresh water environment and shall reflect that type of construction inside and out. The vessel's hull shall be properly reinforced for operations on inland waterways of the Snake River in the Pacific Northwest. The general layout of the vessel shall incorporate a fully enclosed pilot house, engine room access hatches, and a walking space all around the outside of the vessel. The engines shall be installed under the deck in a separate watertight compartment. A watertight tank compartment or lazarette shall be aft of the engine compartment to suit trim of the vessel. The pilot house shall have a watertight access door to the outside. The pilot house and deck house shall have windows on the forward, aft, port and starboard sides. All welding shall be accomplished in accordance with the recommendations of the manufacturer of the material used in the construction of the vessel. All sharp and /or rough edges shall be ground round and smooth and all weld splatter and slag shall be removed. All exterior seams and butts shall be flush and smooth and the hull plating shall be shrunk as required to remove all ripples and make fair. WORKBOAT MINIMUM REQUIREMENTs Hull:�������� Length: 25 � feet (maximum) Width: 12 � 14 feet Draft: 5 feet minimum Freeboard: 24� fully loaded in fresh water Material: ASTM A-36 steel Shell Plating: 1/4� steel plate (minimum) Bulwarks: Continuous all around hull. Handrail: Port, starboard and aft of the vessel. Port and starboard handrail shall have a 36� opening for loading and offloading personnel with 2 lengths of stainless steel chain between the openings. Rub Bars: Down each side of hull Bulkheads: Two watertight transverse bulkheads shall be installed, one forward of the engine room and one aft of the engine room. Hatches: Watertight hatches in deck: two into engine compartment and one into forward compartment. In engine room one watertight hatch in forward collision bulkhead into forward compartment and one watertight hatch in aft bulkhead into aft rudder/ballast compartment. Push-knees: Push knees shall be 9 feet overall height faced with a minimum of 2 inch thick rubber pads. Bitts: One 5 inch (minimum) OD double towing bitt aft, one 4 inch OD single head bitt forward, and four 4 inch OD single quarter bitts. Head bitt and tow bitt must penetrate deck and be welded to the hull. Lifting Eyes: Four permanent eye straps welded to the hull, suitably sized for lifting the vessel. Picking / lifting eyes are also required on the pilothouse and superstructure section (if equipped) to ensure the truckable capability of the vessel. Ensure handrail is not impacted by picking of the vessel. Winches: Two main deck 5 ton wire winches, bow mounted.��� Anodes shall be installed on hull below the waterline. Paint: All plates and shapes shall be blasted and coated with a pre-construction primer. Exterior hull, decks and pilot house shall be coated with two-part epoxy anti-corrosive steel primer (International Coatings 300V or equivalent). Hull, decks, and house shall then be coated with one coat of International Interthane 990 or equivalent marine topcoat. Engine room shall be coated with two-part epoxy topcoat. Non-skid shall be applied to the main deck and top of engine cover and flying bridge. The paint system shall be formulated for the marine environment and have superior anti-corrosive, coverage, and impact resistance properties. Colors: hull black, superstructure white, decks and engine room gray. Anti-fouling coating shall be applied to the hull with International Interspeed 6400NA (red in color) or equivalent. Pilot House: Floor Height: Pilothouse deck must be a minimum of 7� from water level at maximum draft. Eye Level: Minimum of 12� standing inside the pilothouse. Handrail: Shall be installed on the stairs and elevated platform leading into the pilothouse. Entry Door: Watertight steel door. Windows: Stationary front window shall be tilted forward with windshield wiper. Horizontal sliding side windows, vertical sliding rear windows with one mounted in the pilot house door. All windows made of tempered safety glass. Pilot house windows shall be tinted (in accordance to Coast Guard specifications). Supplemental heating required.� Heat may be supplied by engine cooling system or optional electrical generator set. Propulsion Machinery: Two diesel engines, 300 HP minimum each operated at an intermediate duty rating, mounted on vibration isolators. Engine Room Ventilation: External air to engine room � two J box vents. Exhaust: Must be heat insulated in engine room. Exposed exhaust pipes top side must be guarded against accidental touching. Exhaust pipes shall extend above the pilothouse and not impede the view of the pilot.� Exhaust shall be muffled similar to automotive standards. Transmission: Two twin disc, 1 speed forward and 1 speed reverse reduction gears, or approved equal with minimum 2 �� stainless steel propeller shafts unless otherwise recommended. Engine Cooling: Engine shall be cooled by keel coolers, size determined by manufacturer recommendation for operating in water temperature up to 78 degrees. Steering: Two hydraulic pumps, one driven off each engine. Control valve and flow regulator mounted in engine room. Steering and jog stick provided in the pilothouse. Controls: Engine controls shall be located in the pilothouse. Start/ stop/ emergency-engine-shutdown controls shall be located in engine room and pilothouse. Propellers: 4 blades per propeller with a minimum of 30� diameter. Shaft Seals: Dripless mechanical shaft seals or equivalent to meet industry standards. Rudders: Two main steering rudders and four flanking rudders. Rudder skegs must support full weight of boat to protect rudders/propellers. Propeller Guards: Vessel shall be equipped with a propeller, rudder and shaft guard �stump jumper�, for both port and starboard propellers. Guard design shall be submitted for review and approval prior to fabrication and installation. Fuel Tank: Minimum of 350 gallons with emergency fuel shut off above the weather deck. Engine Access: Shipping access to engine room must be large enough to remove engines and be watertight when closed. Instrumentation & Electronics: Rudder angle indicators for both standard and flanking rudders. Engine tachometer, oil pressure, water temperature, and volt meter for each engine in pilothouse and in engine room. Audible and visual alarm for low oil and high temperature. Coolant tank and fuel tank level indicators. 12-volt electric or air signal horn per COLREGS 72 inland rules. VHF marine radio with hailer and antenna. Depth sounder with a hull mounted transducer. Lighting and Electrical: Electric Batteries: Two 12-volt heavy-duty 8D marine batteries mounted in Coast Guard approved engine room battery box. Bilge Pump: Minimum of four 12-volt 1,200 GPH pumps.� Two shall be mounted in the engine compartment and one in each of the other two compartments. LED lights installed in the pilothouse and engine room. Two aft facing LED (500 watt equivalent) working lights. Two forward facing LED (500 watt equivalent) working lights. Navigation and towing lights per COLREGS 72 inland rules. One 8 inch (minimum) search light mounted on pilothouse. Safety & Security: All engine room vents fitted with solid closing flaps to stop air flow. Pilothouse and engine room all lockable from outside with two sets of keys provided. Drawings: Must provide 3 sets of as-built drawings of hull, pilothouse, superstructure (if equipped), propeller shafts, seals, propellers, rudders; fuel, hydraulic, and electrical systems; showing full details of the construction of the vessel. TRIALS The vessel must undergo in-water trials as described below.� The trials must demonstrate that hull, mechanical, and electrical systems function properly and that the vessel meets minimum freeboard requirements. General: The trials described in these paragraphs shall be conducted in the presence of the Contracting Officer Representative (COR), who shall be notified of the date set for the trials at least 10 working days in advance. Two sets of trials shall be conducted: one pre-delivery, conducted near the contractor�s build site and one post-delivery near Starbuck, Washington. Should any defects develop during the trials, the contractor shall immediately correct deficiencies, after which the boat shall again be operated under the same working conditions until found satisfactory by the COR. Upon completion of the trials, the Contractor shall open for inspection such items of machinery and piping which, in the opinion of the COR, have demonstrated indications of misalignment, need of adjustment, cleaning or other preparation/attention for satisfactory performance. The Contractor shall bear all expenses of these trials, including the furnishing of all necessary instruments, scales, grease, supplies, lubricating and fuel oils, and mechanics, technicians and operating personnel. The test data consisting of all readings taken shall be compiled in a log by the Contractor. Two copies of the logs and the calculations and results of the appropriate data for the vessel shall be furnished to the COR. Subsequent to preliminary trials and preliminary acceptance by the Government, the Contractor shall dry dock the vessel or provide crane support for inspection of the underwater hull appendages by the COR. Subsequent to the final trials near Starbuck, Washington, the Little Goose crew will provide crane support to conduct the final inspection of the underwater hull appendages by the COR. After satisfactory completion of the preliminary and final trials and inspection of the completed boat, acceptance by the Government shall be made. Dock Trials: Upon delivery and assembly of the boat as required by the contract, the machinery, equipment and appliances shall be tested at the site of delivery for a continuous period of not less than one hour to demonstrate their suitability for the purpose intended and to check installation and make adjustments. The propelling engines shall be operated at the dock with as much load as practicable for a continuous period of no less than one hour with no unsatisfactory performance. Dock tests of all installed equipment shall be to the satisfaction of the COR. Operational Trials: Free Running: Following satisfactory completion of the dock trials specified above, the boat shall be operated for a continuous period of not less than two hours with no engine overheating or other unsatisfactory performances. During this time all phases of engine and steering controls shall be operated through their full range with the vessel fully loaded. Test weights shall be provided if necessary to simulate this loading. During this trial, the boat shall be operated for periods of not less than 15 minutes each at full, three- quarter, half, and one-quarter speeds; as well as maneuvered from hard-over to hard-over, be brought to a crash stop, and brought from full engine speed ahead to full engine speed astern, and the time of each of the maneuvers recorded. During each trial, the following data (at a minimum) shall be recorded: RPM of each propeller Time over the course Oil pressure and consumption Engine jacket water temperature Other data required by the COR. Engine data shall be recorded separately for each propulsion engine.�In addition to the above data for each trial, the following general information shall be furnished: Outside air temperature Engine room temperature (hatch closed) Date of trials Signature of data takers and observers ???????PRE-AWARD SUBMITTALS: The contractor shall furnish either three paper copies of a general arrangement plan and profile, drawings of the pilothouse helm arrangement, decks, engine room, and all major equipment layouts to the Contracting Officer as part of their Proposal. DELIVERY: FOB Destination. Safe and timely delivery of the workboat to Starbuck, Washington. The Little Goose crew will provide crane support to unload the boat from the trailer and provide all required equipment, spreader bars and slings as needed. WARRANTY: Builder to warrant workmanship and equipment installation for a minimum of one (1) year (longer if builder�s standard practice). Builder to provide all equipment and materials warranty/guarantee documents to purchaser at point of delivery. Delivery Requirement: This resultant contract will require a delivery date of no later than six months following the date of contract award. Important Note: The Beta.SAM Response Date listed elsewhere in this synopsis is for Beta.SAM archive purposes only. It does not necessarily reflect the actual due date that the RFQ is due. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offeror's are responsible for checking the reference page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for a bidder's inability to access the document posted at the referenced website. All bids, from Small Business Firms, received by the closing date will be considered by the Government. To be eligible for contract award, offerors must be registered in the System for Award Management (SAM). Register via the SAM website at https://www.sam.gov or contact SAM Customer Service at 866-606-8220. Offerors must also complete Offeror Representations and Certifications on-line at https://www.sam.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/10c0dbb910ca46c5abbe4a61bec2aac8/view)
 
Place of Performance
Address: Dayton, WA 99328, USA
Zip Code: 99328
Country: USA
 
Record
SN05582071-F 20200308/200307085919 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.