Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2018 FBO #5936
MODIFICATION

19 -- Debris Collection Skimmer Boat, Boat Trailer and Shore Conveyor System

Notice Date
2/21/2018
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT, PO Box 1070, Nashville, Tennessee, 37202-1070, United States
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-18-T-0022
 
Archive Date
3/30/2018
 
Point of Contact
FannieM. Robertson, Phone: 6157367986
 
E-Mail Address
Fannie.M.Robertson@usace.army.mil
(Fannie.M.Robertson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice for Debris Collection Skimmer Boat, Boat Trailer and Shore Conveyor System NAICS- 336611 Ship Building and Repairing Synopsis: THIS IS NOT A SOLICITATION, INVITATION FOR BID (IFB), REQUEST FOR QUOTE (RFQ) OR A REQUEST FOR PROPOSAL (RFP). THIS SOURCES SOUGHT IS FOR ACQUISITION PLANNING PURPOSES ONLY AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. ANY COST INCURRED AS A RESULT OF THE ANNOUNCEMENT SHALL BE BORNE BY THE INTERESTED PARTY (PROSPECTIVE OFFEROR) AND WILL NOT BE NOTIFIED OF THE RESULTS OF ANY GOVERNMENT ASSESSMENTS. PURPOSE: The U.S. Army Corps of Engineers, Nashville District is conducting this Sources Sought in support of Market Research to notify and seek potential qualified members of industry to gain knowledge of capabilities, interest, and qualification; to include the Small Business Community, to purchase Debris Collection Skimmer Boat, Boat Trailer and Shore Conveyor System. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The type of solicitation to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The type of set-aside decision to be issued will depend upon the responses to this sources sought. Only contractors capable of performing this type of work should respond to this Request for Information. NO SOLICITATION EXISTS AT THIS TIME. DESCRIPTION OF REQUIRED ITEMS: This Market Research/Sources Sought Notice is for information on the availability and capability of potential Contractors to supply a fully functional debris collection (skimmer) boat, boat trailer and shore conveyor system with the following minimum characteristics: BOAT 1. Fabrication a. Hull and Frame: Carbon Steel b. Handrails: Aluminum c. Fasteners: Stainless Steel d. Corrosion Protection: Anodes and Coating 2. Flotation a. Type: Pontoon b. Compartments: Multiple, Watertight/Airtight 3. Bridge/Pilot House a. Enclosed b. Lockable c. Air Conditioner, Heater and Fan d. Controls: Joystick and Levers e. Gauges: Digital f. Seating Type: Pedestal g. Windshield Wiper h. Radio: VHF with Hailer i. Horn j. Lights: Navigation, Warning, Alarms k. Automatic Greasing System 4. Engine a. Fuel Type: Diesel b. HP: 200 (Minimum) c. Cooling: Liquid d. Protection: i. Low Oil / High Temperature Shutdown ii. Fire Suppression System e. Fuel Capacity: 100 Gallon 5. Propulsion a. Type: Propellers i. Quantity: Two ii. Location: Stern iii. Drive: Hydraulic iv. Independent Operation v. Bi-directional vi. Steerable vii. Variable Speed viii. Tilt-up 6. Travel Speed a. 0 - 6 MPH 7. Hydraulic System - The hydraulic system shall use the diesel engine to power all hydraulic functions (pumps, conveyors, cylinders, wings, propellers, etc.). The hydraulic system shall have the following minimum characteristics: a. Reservoir Capacity: 100 Gallon b. Gauges: Temperature and Level c. Hydraulic Oil: Marine Grade, Environmentally Safe d. Filtration System: Multiple Filters 8. Electrical a. 12 volt 9. Pick-up Capacity a. Width: 0 -16 Feet b. Depth: 2 feet (Minimum) c. Wings/Gate: Solid, Hydraulic, Adjustable 10. Discharge Chute: a. Width: 6 feet - 7 Feet b. Discharge Height (Above Water Surface): 5 feet (Minimum), Adjustable c. Length: 8 feet - 9 Feet 11. Storage Capacity a. 12,000 pounds / 700 cubic feet 12. Conveyors a. Material: Heavy Duty Stainless Steel Mesh with Stainless Steel Flights 13. Finish a. Below Waterline: Marine Grade two (2) Part Epoxy b. Above Waterline: High Grade Polyurethane 14. Miscellaneous a. Wash Down Pump with Hose Connection TRAILER 1. Towable 2. Capacity: Designed to safely transport skimmer boat and installed options 3. Break System: Electric 4. Lights: LED 5. Coating: Marine Grade 6. Screw Jack 7. Meets DOT Standards SHORE CONVEYOR 1. Towable 2. Hopper Width: 7 feet (Minimum) 3. Conveyor Length: 36 feet (Minimum) 4. Conveyor Width: 5 feet (Minimum) 5. Conveyor Discharge Height: 15 feet (Minimum) 6. Conveyor Belt/Flights: Stainless Steel 7. Tilt Operation: Hydraulic 8. Break System: Electric 9. Lights: LED 10. Power Pack: Built-in 11. Coating: Marine Grade 12. Ground Stabilizers 13. Meets DOT Standards DOCUMENTION / TRAINING 1. Provide Operation & Maintenance (O & M) manuals and technical data for the boat and shore conveyor. 2. Provide eight (8) hours of training on the operation and maintenance of boat and shore conveyor. WARRANTY 1. The boat, shore conveyor and all appurtenances shall be covered by the standard commercial warranty or warranties offered to the general public in customary commercial practice. 2. The minimum warranty shall be for a period of one year from the date of delivery. DELIVERY Boat Address: Waitsboro Recreation Area Waitsboro Road Somerset, KY 42501 Shore Conveyor Address: Lake Cumberland Resource Managers Office 855 Boat Dock Road Somerset, KY 42501 The contractor will be responsible for all expenses required to deliver the items as described above at the designated location. Office hours will be from 0730 - 1600 hours Monday through Friday (closed on Federal Holidays) unless prior approval has been received from the Resource Managers Office. GENERAL INFORMATION: The proposed project will be Firm Fixed Price contract. The anticipated North American Classification Systems (NAICS) is 336611, Ship Building and Repairing with a small business size standard of 1,250 Employees. RESPONSES SHOULD INCLUDE: 1. Name of your firm: 2. CAGE: 3. Point of Contact, Phone number and EMAIL address: 4. Are you capable of providing the above requirement? 5. Please list a Federal or non-Federal contracts successfully completed, similar to the above referenced type of work: a. Contract number: b. Year Completed: c. Dollar Amount: d. General Description of project: 6. Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)? 7. Would you be interested in quoting this work if it were solicited? 8. Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)? 9. Have the Company fabricated a fully functional debris collection (skimmer) boat? 10. Have the company fabricated a skimmer boat, give some specific examples of similar type boats that have been fabricated. 11. Have the company fabricated boat trailers? If so, give some specific examples of boat trailers that have been fabricated that are similar to our requirement? 12. Does the Company have steel fabrication & welding experience? If so, give some specific examples of experience that is similar to our requirement? 13. Have the company experienced designing and building bridge/pilot houses on floating vessels? 14. Have the company experienced providing engines and propulsion on floating vessels similar to our requirement? Please reply with specific examples. 15. Have the company experienced providing hydraulics on floating vessels similar to our requirement? Please reply with specific examples. 16. Have the company experienced providing conveyors similar to our requirement? Please reply with specific examples. 17. Does the company have the capabilities of preparing O&M manuals and providing training as specified in the scope of work? 18. Does the Contractor have the capabilities of delivering the equipment as specified in the scope of work? 19. Please provide any additional information you feel is necessary: 20. The "non-manufacturer rule" may apply to this procurement, if it is determined to be a small business set-aside or 8(a) contract. "Non-manufacturer rule" means that a contractor under a small business set-aside or 8(a) contract shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern (see 13 CFR 121.406). Would you be able to comply with this requirement? 21. Please specify the business names and addresses of the manufacturers you would use to satisfy this requirement. RESPONSES: Receipt of responses shall be no later than 15 March 2018 by 11:00 AM Central Standard Time. Responses to this sources sought may be faxed to 615-736-7124 to the attention of Fannie Robertson or Fannie.M.Robertson@usace.army.mil. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS NOTICE. All of the above must be submitted in sufficient detail for a decision to be made on availability of 8(a), HUBZone certified, service disabled veteran owned, woman owned, or small business concerns. Failure to submit all information requested will result in a contractor being considered not interested in this potential procurement. A decision on whether this procurement will be pursued as an 8(a), HUBZone certified, service disabled veteran owned, woman owned, or small business set-aside or on an unrestricted basis as full and open competition will be made following the due date and posted as a separate announcement on the Federal Business Opportunities website (www.fbo.gov) CODE OF FEDERAL REGULATIONS (CFR): The size of small business firms includes all parents, subsidiaries, affiliates, etc. Refer to 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All firms should be registered in the System for Award Management (SAM) at www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-18-T-0022/listing.html)
 
Place of Performance
Address: Boat Delivery, Waitsboro Recreation Area, Waitsboro Road, Shore Conveyor, Address: Lake Cumberland Resource Managers Office, 855 Boat Dock Road, Somerset, KY 42501, Somerset, 42501, United States
Zip Code: 42501
 
Record
SN04830278-W 20180223/180221231836-406db96b928721f8fee70776be4b8700 (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 |
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.