Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2020 SAM #6825
SOLICITATION NOTICE

19 -- HLD - Workboat

Notice Date
8/4/2020 1:22:45 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
W912EF20B0022
 
Response Due
9/14/2020 2:00:00 PM
 
Archive Date
09/29/2020
 
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 Workboat, noncommercial 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 W912EF20B0022. The agency estimates that the solicitation will be available on or around�19 August�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 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: 4 feet minimum Freeboard: at least 20� fully loaded in fresh water Material: ASTM A-36 steel Shell Plating: 1/4� steel plate (minimum) Bulwarks: Continuous all around hull. Rub Bars: Down each side of hull 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 at least 8 feet overall height faced with a minimum of 2-inch-thick rubber pads. Bitts: One OD double towing bitt aft that 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 epoxy anti-corrosive steel primer. Hull, decks, and house shall then be coated with one coat of marine topcoat. Engine room shall be coated with 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 (red in color). Pilot House: Floor Height: Pilothouse deck must be a minimum of 7� from water level at maximum draft. Eye Level: Minimum of 14� 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 or equivalent. 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. 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 controls 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. 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. 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. 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. Instrumentation & Electronics: Rudder angle indicators for both 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 two pumps with combined total of at least 2000 GPH.� 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. TRIALS: The vessel must undergo trials that must demonstrate that hull, mechanical, and electrical systems function properly. Builder�s Trials Should any defects develop during the trial, the contractor shall immediately correct deficiencies, after which the boat shall again be operated under the same working conditions until found satisfactory. Upon completion of the trials, the Contractor shall send a report to the COR demonstrating that all systems were adequately tested and that all systems are in good working order. The Contractor shall bear all expenses of these trial, 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. Dock Trials by COR: Upon delivery and assembly of the boat, 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 with no unsatisfactory performance. Dock tests of all installed equipment shall be to the satisfaction of the COR.� Contractor personnel are not expected to be onsite but will have to correct any issues found. Operational Trials by COR: 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. Contractor personnel are not expected to be onsite but will have to correct any issues found. 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.� Contractor personnel are not expected to be onsite but will have to correct any issues found. During each trial, the following data can be recorded: RPM of each propeller Time over the course Oil pressure and consumption Engine jacket water temperature Other data required by the COR. In addition to the above data for each trial, the following general information can be recorded: Outside air temperature Date of trials Signature of data takers and observers After satisfactory completion of the trial and inspection of the completed boat, acceptance by the Government shall be made by the COR.� AWARD SUBMITTALS: The contractor shall furnish one copy 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/Contracting Officer Representative for approval following the award of the contract. DELIVERY: FOB Destination. Safe and timely delivery of the workboat to Ice Harbor Dam near Burbank, Washington. The Ice Harbor 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 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/f7cdae154d5345c1b575db99d9a37339/view)
 
Place of Performance
Address: Burbank, WA 99323, USA
Zip Code: 99323
Country: USA
 
Record
SN05744573-F 20200806/200804230149 (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.