Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2020 SAM #6714
SOLICITATION NOTICE

19 -- LPA - Patrol Workboat

Notice Date
4/15/2020 1:33:30 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
W912EF20B0015
 
Response Due
5/31/2020 2:00:00 PM
 
Archive Date
06/15/2020
 
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)
 
Description
The US Army Corps of Engineers, Walla Walla District is issuing a solicitation for the purchase of a jet or propeller driven trailerable 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 unrestricted. 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).� The Government is not confident that responsive bids will be received from two or more small business fabricators. When available, the solicitation documents for this project will be provided under solicitation W912EF20B0015. The agency estimates that the solicitation will be available on or around 01 May 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 aluminum, single gas powered engine, jet or propeller driven trailerable workboat ready for freshwater operation and with suitable trailer. The contractor shall provide all labor, material, equipment, and engineering necessary to build and deliver a boat meeting the specifications that will be provided with the solicitation documents. SCOPE The vessel shall comply with all current U.S. Coast Guard Regulations, U.S. 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 aluminum by a proven manufacturer regularly engaged in the manufacture of trailerable welded aluminum boats. A custom built boat is not necessary and modifications to a stock model design is acceptable. The vessel is to be used as a workboat 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 Boise River in the Pacific Northwest. The general layout of the vessel shall incorporate a partially enclosed cabin area with glass windshield, sliding glass side windows on the port and starboard, hard top, doghouse engine cover, and a continuous level deck from the transom to the bow or to the greatest extent possible. A trailer shall be provided that can transport the vessel to and from dry storage. �The trailer shall be capable of safely towing the vessel at speeds greater than 55 MPH.��� � All welding shall be accomplished in accordance with the recommendations of the manufacturer and for 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: 24 feet (maximum) Width: 9 feet (minimum) Material: Appropriate ASTM standard for fresh water marine vessels Shell Plating: 3/8� aluminum plate (minimum) Bulwarks: Continuous all around hull. Bitts: One 4 inch (maximum) OD center line aft towing bitt. Anodes shall be installed on hull below the waterline. Dog House: Engine shall be covered with a doghouse and be hinged for access. Anchor box: An anchor box shall be installed in the bow of the vessel. Swim deck: An extended swim deck shall be installed. Ladders: One ladder shall be install on the bow and one ladder shall be installed on the swim deck. Fuel Tank: 80 gallon (maximum) belly tank. Coating: Deck area, gunnels, and doghouse shall be covered in a nonskid coating or material. Light bar mount: Rooftop light bar mount Cabin: Seating: Both pilot and co-pilot seats shall be air ride single passenger seats.� Two bench style seats shall be installed aft of the pilot and co-pilot seats.� All seats shall be covered in standard marine grade upholstery.� ���� Bow Door: Watertight door in the center of the windshield to access the bow of the vessel. Windows: Stationary glass windshields shall be fitted with windshield wipers for pilot and co-pilot poisons. Horizontal sliding side windows on port and starboard and removable soft cover with zip and/or roll up capability to cover the aft section of the cabin. All glass windows made of tempered safety glass and have solar tint. Washdown kit: A minimum of one washdown kit shall be installed. Rearview Mirror:� A rearview mirror shall be installed on the pilot�s side. Heater: Marine grade heater shall be installed. Cup holders: A minimum of 2 cup holders shall be installed.� Cup holders shall be assessable to pilot and co-pilot.� � Propulsion Machinery: Single gas powered 4 stroke engine, 440 HP (minimum). Reverse: 212 hydraulic reverse pump. Steering: Starboard helm steering. Propulsion: Jet drive is preferred but propeller is acceptable. Instrumentation & Electronics: Analog gauge package: Engine tachometer, oil pressure, and volt meter. Audible and visual alarm for low oil, high temperature, and fuel level. 12-volt electric or air signal horn. Standard four speaker stereo. Two 12-volt ports Ray Marine Axiom Pro 12. Ray Marine Axiom pro 9 Display.���������������������������������������������� Lighting and Electrical: Electric Batteries: Two 12-volt heavy-duty marine batteries mounted in Coast Guard approved battery boxes. Bilge Pump: Minimum of two 12-volt bilge pumps. An auto bilge switch shall be installed. A minimum of 2 dome lights with the option for red light. Rear deck lights.� Blackout switch for night vision. Trailer Galvanized tandem axle (approximately 5200 lbs). Electric brakes. Side roller guides. Spare tire. 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, 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.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/860b4c7240294474b5645a5e46ab6df4/view)
 
Place of Performance
Address: Boise, ID 83716, USA
Zip Code: 83716
Country: USA
 
Record
SN05622102-F 20200417/200415230158 (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.