TWO (2) 15' ALUMINUM HULL AIRBOATS and CAGE, 550 HPS LS ENGINE, TANDEM AXLE ALL-ALUMINUM TRAILERS
The U.S. Army Corps of Engineers, Jacksonville District, is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to... The U.S. Army Corps of Engineers, Jacksonville District, is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this acquisition of two (2) 15' aluminum hulled airboats and cage, 550 HPS LS engine, tandem axle all-aluminum trailers. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336612 1,000 employees. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns. The Government must ensure there is adequate competition among the potential pool of responsible contractors The Contractor shall build two (2) 15' aluminum hulled airboats and cage, 550 HPS LS engine, tandem axle all-aluminum trailers. The Hull standard features: A. 15' aluminum hull length B. 8' width C. 22" transom height with lip at top extended back to a minimum of 10" D. 3/16" bottom, 1/8" sides E. 3/8" black polymer on bottom F. Forward deck to be extended back to the front of passenger seat w/ recessed deck in front of passenger seating. Deck to be coated in non-skid material and door in the deck to be placed in front of passenger seating and fabricated to be as large as possible. G. Recessed deck with waterproof storage lid on bow with 2 drains. Hydraulic shock and stainless steel lock. H. 6" aluminum walk arounds w/ non-skid surface. I. Heavy duty, stainless steel bow eye. J. All nuts, bolts, washers, etc. to be stainless steel unless in areas where more strength is needed. K. All decking and walk arounds to have painted, non-skid surfaces. L. Four stainless steel pull up cleats - one on each corner of the transom and one on each corner of the grass rake. M. Two eye rings or brackets on back of transom to serve as anchor points for tow/tie down straps Grass Rake: A. 30" aluminum grass rake with step, non-skid, non-glare finish, and covered nose roll. B. Fabricated from 1/8" aluminum C. Lights Engine Stand: A. All stainless construction B. All mounts to be shock mounted to prevent vibration. C. Mounting brackets to be incorporated into engine stand for 40-gallon fuel tank within stainless steel remote fill. D. Dual batter rack to be built into frame for 2 optima batteries E. Tabs welded for installation of wire loom with rubber clamps; no tie wraps Propeller/Overhead Guard: A. All stainless construction built to fit an 80" propeller with a minimum clearance of 3". B. All mounts shock mounted to prevent vibration C. Wire on propeller guard to be 2"x4" with stainless tie wraps. D. Shroud shall extend all the way down to deck on both sides for safety. E. Guard to be separate part of engine stand and removable to work on unit. F. Access doors in prop guard with hydraulic shocks G. Stainless steel tabs welded onto Prop Guard for installation of cables with rubber coated aluminum clamps - No Tie Wraps H. Stainless steel tabs for mounting steering cables, hoses, etc., with rubber coated aluminum clamps I. Coast guard approved running lights installed on overhead guard. J. The propeller guard will have three (3) steps that are above and centered on the rear operator. Seating: A. All stainless steel construction B. One, rear operator seat with fully enclosed aluminum lock box underneath with lock and carpet C. Rear operator seat at least 20" in width D. 3 passenger front seating with underneath basket E. Stainless steel grab handles F. Side steps covered with non-skid surface G. Seat and instrument panel covers Engine: A. LSA 6.2L 550 HP engine B. High volume fuel pump C. Stainless exhaust with 3" heavy duty steel D. Diagnostic software with hand held analyzer Belt Reduction: A. Century Drive Units Belt Reduction CH 2.3 to 1 w/ heavy duty belt Propeller: A. 3 or 4-Blade 80-82" Carbon fiber matched to best performance Rudder Controls: A. 2' X 60" air foiled aluminum rudders/foam filled with (4) nylon bushings and 3/8" B. stainless steel rudder rods C. Steering handle with grip to be located on the drivers LEFT side. D. Aluminum anodized steering grip E. Throttle cable assembly to be located on the driver's foot stand and to be operated with drivers' right foot. F. Positive and complete 3/8" heavy duty cable steering system Instrument Console: A. Custom aluminum instrument console with lighted marine gauges (ignition, amp, oil, tachometer w/hour meter, oil pressure, voltmeter, temperature gauge, and fuel gauge) Panel will be sealed with aluminum backing plate. Circuit breakers on every switch. Mounted on RIGHT side of operator seat B. Two (2) Accessory plugs mounted on bottom side of center panel C. Engine hour meter mounted on instrument console D. Fire Extinguisher with Biller Bracket - mount to side of operator box E. Marine keyed ignition switch Bilge Pump: A. Two - 2000 GPH Automatic bilge pumps with controls mounted on instrument panel B. 1-1/8" Discharge hose with thru hull fitting Throttle: A. Electronic throttle system such as Livorsi Fuel Tank: A. 40 gallon aluminum tank w/ stainless steel remote fuel fill B. Coast guard and BIA approved C. Rubber shock mounts Electrical System: A. Dual Optima batteries with aluminum billet holders B. 3-position battery switch C. All high current wires to be 10 gauge in diameter D. Battery jump kit connected to one battery E. All wires encased in convoluted - high abrasive tubing Cooling System: A. AFCO heavy duty racing style large aluminum radiator system. B. Radiator must be low mounted and have sufficient cooling capacity to maintain correct operating temperature under tropical conditions maximum engine load. C. Radiator to be mounted on engine stand with shock mounts. D. Large Hayden Oil cooler with braided oil lines. E. Billet aluminum overflow tanks Paint: A. Powder coat paint: Instrument panel, aluminum box under operator seating. B. Paint: Standard Yellow (cage, engine mount, and seat stands) and Standard Grey Two Tone Stripe and Webbing; Non-Skid - Standard Grey C. Installed customer supplied graphics and lettering Upholstery: A. Standard grey for seat cushions and upholstery Trailer: A. All aluminum, tandem axle B. Spare tire with mounted directly behind winch. C. Heavy duty tongue jack with wheel. D. Heavy duty fenders with sidesteps E. Drive on bunks - easy load ramp F. 2 - 12" rollers G. Tongue shall mount on 2" ball with plug in wire harness. H. Bow stop and heavy duty winch with nylon strap and hook. I. Electric parking brakes on two axles J. DOT approved LED lighting K. All carpeted boards and fender bolsters L. Transom tie down straps Manuals: A. Manufacturer will provide an owners / operators manual that includes break-in procedures, maintenance intervals, recommended parts, and procedures for safe operation of all components. Builder will provide buyer with two (2) copies of above manuals. Warranty: Manufactured will provide standard manufactured warranty for boat, engine, and trailer. Delivery: The government will pick up both of the boats and trailers 30 day after award from the vendor's location once fully completed. Firm's response to this Synopsis shall be limited to four pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, website, and email address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past (3) years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business category and Business Size -Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services is invited to submit a response to this Sources Sought Notice by 24 May 17, 2019 by 1200 P.M EST. All responses under this Sources Sought Notice must be emailed to Mr. Gerald Garvey at Gerald.l.garvey@usace.army.mil and Mr. James T. Tracy at James.T.Tracy@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov. If you have any questions concerning this opportunity, please contact: Gerald Garvey at (904) 232-3055 or by email at Gerald.l.garvey@usace.army.mil. James T. Tracy at (904) 232-2107 or by email at James.T.Tracy@usace.army.mil .
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »