Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

19 -- Pre-Solicitation for Lake Cumberland, Patrol Boat

Notice Date
9/15/2020 8:02:05 AM
 
Notice Type
Presolicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
US ARMY ENGINEER DISTRICT NASHVILLE NASHVILLE TN 37203-1070 USA
 
ZIP Code
37203-1070
 
Solicitation Number
W912P520W0060
 
Response Due
9/30/2020 10:00:00 AM
 
Archive Date
10/15/2020
 
Point of Contact
Kathryn Pascual, Phone: 6157367933, Fax: 6157367124, Eugenia J. Corder, Phone: 6157365603, Fax: 6157367124
 
E-Mail Address
kathryn.h.pascual@usace.army.mil, Eugenia.J.Corder@usace.army.mil
(kathryn.h.pascual@usace.army.mil, Eugenia.J.Corder@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation Number: W912P520W0060 Title: Lake Cumberland, Patrol Boat Classification Code: 1940 � Small Crafts NAICS Code: 336612, Boat Building Small Business Size Standard � 1000 employees Notice Type: Pre-Solicitation for Lake Cumberland, Patrol Boat Synopsis: USACE Nashville District intends to issue a Request for Quote (RFQ) solicitation for this requirement.� This is a Pre-solicitation Notice.� This Notice is being issued for planning and informational purposes only.� This notice is not a solicitation, nor is it to be construed as a commitment by the Government.� The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this Notice.� The plans and technical specifications for this requirement will only be available upon solicitation issuance.� PROJECT DESCRIPTION: The Nashville District Contracting Division has a requirement that will include the contractor providing all necessary equipment, labor, and materials to supply one (1) brand name or equal purchase of a Brunswick Boston Whaler 250 Justice Patrol Boat, complete with a four-stroke outboard motor and appropriately sized and balanced dual axel trailer in accordance with the scope of work for Lake Cumberland Resource Management Office at Somerset, Kentucky. The following salient characteristics are required for this Patrol Boat to be considered: Four (4) stroke engine with minimum four hundred (400) horsepower, digital/electronic control (engine capable of pulling boat weight without strain). The engine will be specifically for marine application. The engine will be specifically designed and mated to work with the vessel. The engine will have a stainless-steel prop with a diameter and pitch specifically for the efficient operation of the vessel and engine combination. Length Overall All (LOA) will be no more than 26 feet. Hull will be made of commercial-grade fiberglass (for durability against heavy wave action on water). Hull will have at least 10 year limited warranty from the manufacturer. The hull will have a stainless steel cut-water, at least five (5) cleats, lifting eyes in the bow and stern specifically engineered to lift the vessel from the water, oar and pole mounting brackets (anti-rust metal). Heavy duty rub rails or strakes mounted approximately at forty-five (45) degrees to the water�s surface. Capacity plate will identify twelve (12) person capacity. Hull will be stamped and/or vessel will be accompanied with a manufacturer identifying the hull as unsinkable. Operator�s console with lockable electronics box and weatherproof roof. Operator�s controls shall include kill switch, navigation, throttle, and steering controls (safety from wind and sun, lockable box for anti-theft purposes, controls standard). Heavy duty folding ladder installed on stern (safety feature). Two (2) amp batteries (one (1) runs boat motor, one (1) runs accessories) each will be wired with an independent master switch. Red and green steel or aluminum navigation lights (anti-rust; safety feature) and an all-around white light pole mounted with locking hardware that allows for the pole to be lowered during day time operations; meeting USCG inland rules of navigation lighting standards. 20� ring buoy with attached solid braid line, mounted to starboard side of vessel (safety feature) stamped with approval from USCG as a throw able device. Marine mounting hardware fire extinguisher with stamped USCG approval (safety feature). Three hundred and sixty (360) degree spotlight and 36� LED light installed on top of vessel T-top with PA loud speaker. Marine VHF radio located in lockbox area (for law enforcement functions; lock-box area specified for safety features). Marine VHF radio will be provided in an operational condition inclusive of antenna, microphone, and all wiring. Marine navigation system to include digital display and sonar coverage of 20� & 60� @ - 10dB. Must support frequencies of 50/83/200 kHz. Depth of sonar at least 1500 ft. (for navigation safety functions on particular lake). Metal T-top covering center console. T-top will be engineered to specifically mount to the vessel as designed. T-top will have canvas cover affixed to provide shade to operators. Engine Guard or Crash Rail to protect the engine at least 180 degrees. Engine guard will be specifically designed for the particular combination of engine and hull. Dual axle trailer with a GAWR rating that exceed the maximum weight of the boat, which has electronically control bakes, a manual winch, LED lights and a fixed trailer jack rated for the weight of the boat (safety features). This is a Pre-solicitation notice, the full solicitation with specifications is expected to be issued in September 2020. DELIVERABLES: �The Corps of Engineers has need of a contract for The Barkley Powerhouse, Design & Purchase Trash Screens consisting of the following: The Contractor shall provide all materials, labor, supervision, and quality control necessary to fabricate, assemble, and deliver components to supply one (1) Brunswick Boston Whaler 250 Justice Patrol Boat, complete with a four-stroke outboard motor and appropriately sized and balanced dual axel trailer in accordance with the scope of work eclosed. Offeror shall provide the following brand name or equal model specified.� The boat shall be a Brunswick Boston Whaler 250 Justice or an alternative that meets the salient characteristics identified. It shall be equipped with a minimum of 400 horsepower four-stroke outboard engine with digital control and stainless steel prop. The Contractor shall submit catalog cut / documentation with their price quote. Alternatives submitted must meet salient specifications and provided to the Government for review.� The Contractor shall not supply equipment prior to the Government's approval.�� Prior to the commencement of the construction of the boat, a pre-work meeting shall be held between the US Army Corps of Engineers and the manufacturer to assure both parties are in full agreement and understanding of the specifications herein. The Government will be provided the opportunity to inspect the end products at the fabricator's shop. The Contractor will notify the Government when the items are ready for inspection and shall make available any facilities needed for such inspection. However, the Government shall reserve the right to waive the inspection at any time during the contract. No shipments will be made prior to approval by the Government. The Contractor shall adhere to all requirements as listed in the scope of work attached. USACE Nashville District anticipates performing periodic shop inspections during fabrication.� It is expected that the Contractor will be required to make delivery within 180 calendar days following contract award.� The delivery location is USACE, Lake Cumberland Natural Resource Mgmt Office, 855 Boat Dock Rd, Somerset KY 42501. This description is not intended to be all encompassing and is subject to change.� SOLICITATION RELEASE DATE: The anticipated release date for this solicitation is on or about 16 September 2020.� The Technical Specification will be available at the time of solicitation release.� SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors must be successfully registered in the SAM, www.sam.gov, in order to receive a Government contract award.� Offerors� must have their representations and certifications available on-line in SAM or provide them with their proposal in order to receive a Government contract award. IMPORTANT NOTICE:� Effective March 22, 2018, new entities that are registering in SAM must submit an original, signed notarized letter identifying the authorized entity�s Administrator that is authorized to register the entity in the SAM database, or to make changes to its registration. Effective April 27, 2018, entities that are updating or renewing their existing SAM registrations must submit an original, signed notarized letter identifying the authorized entity�s Administrator that is authorized to register the entity in the SAM database, or to make changes to its registration, before the registration is activated. The new registration may now take several days to become active depending on (1) the information provided passing existing validations and (2) the entity�s successful delivery of the required notarized letter. Contractors who are new to the SAM registration process are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards.� Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov). ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation.� The solicitation documents will be posted on the Federal Business Opportunities (FBO) website, www.fbo.gov.� It is, and will continue to be, the responsibility of all potential offerors to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list.� POINT-OF-CONTACT FOR QUESTIONS: The Contract Specialist for this solicitation is Kathryn Pascual, telephone: 615-736-7933, fax: 615-736-7124, e-mail: Kathryn.H.Pascual@usace.army.mil .� Any communications regarding this procurement must be made in writing via e-mail.� The e-mail must identify the Solicitation number, company name, address, email address, phone number including area code, and point of contact. Primary Point of Contact: Kathryn Pascual Contract Specialist Kathryn.H.Pascual@usace.army.mil Office: 615-736-7933 FAX: 615-736-7124 Secondary Point of Contact: Eugenia J. Corder, Contracting Officer Eugenia.J.Corder@usace.army.mil Phone: 615-736-5603 Fax: 615-736-7124
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/37cf7e040cc245399b34acadd7acbcb2/view)
 
Place of Performance
Address: Somerset, KY 42501, USA
Zip Code: 42501
Country: USA
 
Record
SN05798115-F 20200917/200915230154 (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  © 1994-2020, Loren Data Corp.