SPECIAL NOTICE
20 -- OUTBOARD MOTORS
- Notice Date
- 7/16/2009
- Notice Type
- Special Notice
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer Research & Development Center (ERDC), Waterways Experiment Station (WES), U.S. Army Engineer Research & Development Center (ERDC), Waterways Experiment Station (WES), 3909 HALLS FERRY ROAD , VICKSBURG, MS 39180-6199
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ-09-T-0030
- Archive Date
- 10/14/2009
- Point of Contact
- Debra Walker-Sykes, 601-634-5249<br />
- E-Mail Address
-
U.S. Army Engineer Research & Development Center (ERDC), Waterways Experiment Station (WES)
(debra.a.walker-sykes@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) intends to negotiate on a sole source basis (IAW FAR 13.501) with Mercury Marine Inc., W6250 Pioneer Road, Fond Du Luc, WI as the only responsible source that can provide Mercury DFI Optimax Outboard Engines. The U.S. Army Engineer Research and Development Center Coastal Hydraulics Laboratory Field Data Collection and Analysis Branch conducts riverine and offshore hydrographic surveys and assessments using various oceanographic sensors using branch owned hydrographic vessels for long periods of time and under continuous low rpm operations. Due to the conditions the surveys are conducted in, the vessels require 2 highly reliable outboard engines with sufficient power to quickly maneuver around obstructions. Additionally, the FDCA Branch currently maintains a large stockpile of replacement/repairable parts for these engines and the technicians are specifically trained and certified with Mercury Marine to maintain and repair Optimax outboards at minimal cost to the Federal Government. The following are essential characteristics of the Mercury Optimax Outboard Engines: Two (2) Mercury 150 horsepower Optimax outboard motors with associated gages and wiring harnesses to make them work on a vessel. The gages should include the tachometer, speed sensor, water pressure, tilt and water temperature. The cables should include all control and electrical cables to facilitate motor operation. These motors will work in unison on the same vessel so the port motor must be counter rotating so as to give maximum control of the vessel. The following motors and accessories are to be procured: 1. Two Mercury Optimax outboard engines, p/n: 1150D83HY- ME150XL OPT and 1150D84HY ME 150CXL OPT. 2. One Switch/Lanyard Kit, p/n: 814324A2 3. Two Gauge-Tach 0-8000, p/n: 895283A06. 4. Two Harness kits, p/n: 86396A8 5. One Gauge-Speed BL, p/n: 895285A03 6. One Rigging Kit Dual, p/n: 879935A13. 7. Two Rigging Kit Analog, p/n: 881120A1 8. Two Harness Assemblies, p/n: 892990T01 9. Two Sender Kits Trim, p/n: 821180A6 10. Two Gauge-Power Trim, p/n: 895282A01 11. Two Gauges Water Temp, p/n: 895287A01 12. One Gauge Fuel, p/n: 895291A01 13. Two Gauges Water Pressure B/B, p/n: 895288A03 14. Two Gauges Cruise Log, p/n: 895295A01 15. One MIRG+ 15 1/4R19, p/n: 13700A46 16. One MIRG+ 15 1/4L19, p/n: 13701A46 17. Two Harness/Key Switchs, p/n: 896537K24 Based on the above information, the only technically acceptable outboard motors are those manufactured by Merucury Marine Inc. This acquisition is being conducted under simplified acquisition procedures. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 333618 with a Small Business Size Standard of 1000 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data, including price, sufficient to determine capability in providing the same product. All capability statements received by the closing date of this publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted only by e-mail as a Microsoft Office Word, Microsoft Office Excel, or Adobe PDF attachment to Debra Walker-Sykes @ debra.a.walker-sykes@usace.army.mil. Statements are due by 1200 (12:00pm) Central Standard Time 21 2009. No phone calls will be accepted. Point of Contact Debra Walker-Sykes, Contract Specialist, Phone 601-634-5249, fax 601-634-4885, Email debra.a.walker-sykes@uasce.army.mil Place of Performance Address: USACE/ERDC CHL FIELD DATA COLLECTION & ANALYSIS 3909 HALLS FERRY ROAD, VICKSBURG, MS Postal Code: 39180-6199 Country: UNITED STATES
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ-09-T-0030/listing.html)
- Record
- SN01877544-W 20090718/090717000137-248ae3b7130befbaefedb06ddab3138d (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 |