Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
SOLICITATION NOTICE

19 -- The U.S. Army Corps of Engineers, New York District, intends to purchase an Outboard Powered Aluminum Hydrographic Survey Vessel, with trailer, including delivery.

Notice Date
5/31/2011
 
Notice Type
Presolicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-11-T-0014
 
Response Due
6/21/2011
 
Archive Date
8/20/2011
 
Point of Contact
Albert Rumph, 9177908078
 
E-Mail Address
USACE District, New York
(albert.c.rumph@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a request for commercial items in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Basis for Award must include: Quotations must be reviewed for completeness and compliance in satisfying the requirements of the request. The quotations will be evaluated on their merit against the evaluation factors listed below in descending order of importance. The other factors are more important than price. However, price remains a significant factor in determining the best value and must be within the ceiling figure of $225,000. The SOLCITATION WILL BE POSTED ON OR ABOUT 1 JUNE 2011.This procurement is being solicited as SMALL BUSINESS SET-ASIDE. The applicable NAICS CODE is 336612, "Boat Building". The small business size is 500 employees. The SIC Code is 5551, "Boat Dealers". The estimated cost is $225,000.00 1.Technical features. 2.Experience building aluminum, outboard motor powered survey boats of comparable size. 3.Past Performance. 4.Price - Price ceiling for the procurement is $225,000. The U.S. Army Corps of Engineers, New York District, intends to purchase an outboard powered aluminum hydrographic survey vessel, with trailer, including delivery. Delivery and final acceptance will be at the U.S. Army Corps of Engineers New York District Survey Office. Address is: US Army Corps of Engineers, Survey Project Office 3 Chapel Avenue Jersey City, New Jersey 07305 Period of performance including delivery to Jersey City, New Jersey (on the trailer and ready to operate) is 6 months after award of contract. Specifications for Trailerable Aluminum Survey Vessel 1. Overall: The boat shall be aluminum deep V-hull or catamaran suitable for offshore (blue water) surveying. The boat shall be arranged with a house, twin outboard propulsion, a generator, and a survey transducer moon pool with retractable strut or swing arm mount suitable for a multi-beam sonar head. Particulars are delineated below. 2. Operational Area: The boat operational area is Jersey City, NJ. 3. Hull, Motor Platform and Cockpit :. a. Hull - Hull length from bow to transom, measured on deck, shall be no longer than 26 feet. Hull beam (not including rub strakes) may not be smaller than 8 feet 6 inches and no larger than 12 feet. More beam within this range is desirable. The hull shall provide access to both the bow and stern deck as well as a ladder to cabin roof. The hull forward of the house may be stepped (higher forward) or flush. The hull aft of the house may have a recessed cockpit area, or may be flush deck. Selection of these features is at the discretion of the builder. The selection must meet the flotation and stability requirements identified below in this specification. b. Outboard Motor Platform - Aft of the hull transom, a full beam outboard motor mounting platform shall be provided. The platform shall be buoyant, and shall provide an extension of the hull bottom planning surface. The outboard mounting platform shall be sized for mounting twin outboards with either 25 inch or 30 inch transom leg length. The 30 inch leg length is more desirable. 4. Display of Capacity Information The boat shall be provided with a Display of Capacity Information, as required in 33CFR Part 183, Subpart B "Display of Capacity Information". The display shall include a capacity of between 6 and 10 persons. Higher capacity within this range is desirable. It is recognized that the referenced CFR is applicable to boats under 20 feet in length. However, for this contract, the 33 CFR Part 183, Subpart B requirements shall be applied, even though the boat is longer than 20 feet. 5. Flotation and Stability: The vessel shall satisfy: Flotation requirements of 33CFR Part 183, Subpart G "Flotation Requirements for Outboard Boats Rated for Engines of More Than 2 Horsepower". It is recognized that the referenced CFR is applicable to boats under 20 feet in length. However, for this contract the CFR Part 183, Subpart G requirements shall be applied, even though the boat is longer than 20 feet. Flotation Watertight Bulkheads - Flotation and watertight bulkheads shall be provided in the hull and Outboard Motor Platform as needed to meet the flotation requirement above. Cockpit Self Bailing - If a cockpit is provided, the cockpit deck shall be self bailing. The deck shall be no less than 6 inches above the static waterline. The deck shall be located higher than 6 inches if required to meet the stability standards identified above. Drainage scuppers shall be provided for the cockpit. At a minimum, two 4 inch diameter scuppers shall be provided. 6. Structure: All aluminum used shall be either 5,000 or 6,000 series marine aluminum alloy. The hull structure shall be adequate for 30 knot speed in 3 foot wave height. The hull structure shall also be adequate for loads applied during Trailering. The boat shall be fitted with bow eye as required for Trailering. The bow of the boat shall be reinforced for the loads applied by the Trailering bow eye. 7. Design and Construction Standards: In addition to the features in this specification, the boat shall meet all applicable standards of ABYC. 8. Deckhouse Arrangements: Deckhouse shall be single level with pilot's station and surveyor's station. Useable floor space shall not be less than 60 sq. Ft. More useable floor space is desirable. 9. Windows and Doors: Windows shall be suitable for open water operation. Spacing between windows to be minimized for best all around visibility. Two windows shall be slide opening. Tinted windows or tinted Mylar shades shall be provided for all windows aft of the operator The forward operator window shall be fitted with heavy duty marine wipers. The wipers shall sweep clear a minimum of 80% of the clear glass window area. A dogged aluminum weathertight door shall be provided in the after house bulkhead. The door shall be provided with a 6 inch sill. The door shall be equipped with a window, matching the height of the house windows. A dogged aluminum watertight door shall be provided in the house for access to the bow of the vessel. The door shall be equipped with a window, matching the height of the house windows. The window in this door shall not have wiper or defroster. If the house deck level is below the exterior deck level, steps shall be provided inside the house, at the forward and after doors. 10. Bilge Pumps and Alarm Systems: Each hull watertight compartment and each outboard motor platform watertight compartment shall be provided with a self priming 12VDC bilge pump. The hull bilge pump overboard discharge lines shall be looped with the loop extending as high as possible under the hull deck. The outboard platform bilge pump lines shall be routed to pipe verticals against the transom. The pipe ID shall be at least equal to the pump discharge ID. These shall be "looped" with 180 deg. returns such that the outboard platform bilge pump discharge is also as close as practical to the hull deck. Bilge pumps shall be 12 VDC. Minimum bilge pump rated capacity shall be 1500 GPH at 3 foot discharge head. Bilge pumps shall be configured to allow either automatic or manual operation. The switch controls for each bilge pump shall be located at the operator's station. The bilge pump controls shall allow operator selection of either automatic or manual operation. Each hull compartment shall also be provided with an individual bilge level alarm, separate from the bilge pumps. The compartment alarm indications shall be located at the operator's station. 11. Trim Tabs: At the discretion of the builder Electric actuated (12VDC) trim tabs may be provided if it is felt the vessel design would benefit from such equipment. The trim tabs shall be aluminum construction, similar to LectroTab. The tab sizing (each tab) shall be minimum 18 inches wide by 12 inches long (chord length). The trim tab controller shall be located at the operator's station. The controller shall include tab position indication, and automatic tab retraction. 12. Outfit: Deckhouse floor shall be covered with rubber floor matting, installed over an acoustic foam underlayment or equivalent. Deckhouse sides and overhead shall be finished in board, carpet or other material. Acoustic and thermal insulation shall be provided behind the sheathing and under the deckhouse floor. The operator's station and the survey station shall be fitted with marine shock mitigation seats. One seat shall be provided at the operator's station, and two seats shall be provided at the surveyors' station. Padded benches with removable seats and storage under shall be provided in the house aft of the operator and survey stations. 13. Cleats, Chocks and Rub Strakes Cleats The hull shall be provided with 4 aluminum welded cleats per side. All cleats shall be 12 inch.. Chocks An aluminum closed chock shall be mounted at the bow on centerline. Two open chocks shall be provided on the bow. These shall be aligned with the two bow cleats for anchoring. All chocks shall be sized for 3/4 inch diameter rope. Rub Strakes Rubber or welded aluminum split pipe rub strake shall be provided at the deck edge. Split Pipe is more desirable. If aluminum pipe is used, minimum nominal pipe diameter shall be 3 inch. If rubber is used, 3 inch nominal size shall be provided, and the rubber attachment to the hull shall not penetrate into the hull interior. 14. Anchor and Line Locker: An anchor sized for the boat shall be provided, including 150 feet of 3/4inch nylon three strand line. A bow line locker shall be provided. The line locker shall be watertight, and separate from the hull compartments. The line locker shall include an overboard drain, and a watertight aluminum quick acting access hatch. The line locker shall not drain into the hull. Anchor chocks shall be provided on the bow deck. 15. Railings and Grab Bars: Deck edge railing shall be provided around the deck perimeter. Grab Bars shall be provided either on the house sides, or the house top. 16. Hatches: Quick acting watertight aluminum hatches, similar to Freeman, shall be provided for deck entry into all hull compartments. Each outboard platform compartment shall be provided with a 12 inch clear diameter hatch for inspection and bilge pump access. 17. Fuel System & Flow Metering : Fuel System Two independent fuel tanks shall be provided. Tank capacity for each tank shall be between 50 and 100 gallons. More capacity within this range is desirable. Tanks shall be provided with independent fills. Each outboard motor shall be plumbed to one tank. No tank crossovers or combining manifolds shall be provided. In addition, the tanks shall be fitted with remote read out fuel gages. The fuel gages shall be matched to the fuel tank shape such than the gage reading corresponds to the amount of fuel in the tank, not the level of fuel. The fuel supply to the outboard motors shall incorporate 10 Micron water separating filters. Filters shall be located in an accessible position, above the deck sole. Fuel Flow Metering A Floscan Twin Scan fuel flow system shall be provided and installed for the outboard motors. The system flow capacity shall be matched to the max rated flow of the outboard motors. The flow sensors for the two outboards shall be matched within 2%. 18. Propulsion: Propulsion shall consist of twin outboard motors. Power per engine shall be between 150 and 225HP and be Yamaha to be compatible with existing engines. More power within this range is desirable. Outboards shall be counter rotating. Outboard leg length shall be for either 25 inch or 30 inch transom, as determined by the builder's selection of transom height. Propellers may be stainless steel or aluminum. Steering system shall be hydraulic. Steering system shall provide Hard Over to Hard Over travel in no more than 6 turns of the steering wheel. Outboard controls shall be dual binnacle type, with integral switches for outboard trim & tilt. The outboards selected shall have warranty service available in the Jersey City, NJ vicinity. An outboard protection bar shall be provided and installed to protect the outboards while docking and during towing. 19. Generator and AC Electrical: The contractor shall provide and install a Generator. The generator must produce a minimum of 6kw and be no louder than 60 dB at the rated load. The generator shall be mounted on a raised platform, such that the generator mount platform height is even with the hull gunnels, on the roof, or in the hull. The AC electrical distribution system shall be in accordance with ABYC requirements. The system shall include a cabin distribution panel with ammeter, main breaker and breaker slots for minimum 20 circuits. The AC system shall provide power to the Air Conditioner & Heater, Cabin Lighting, and AC receptacles. Two marine fluorescent or LED lights, 2 foot, 30 watt two bulb or equivalent, shall be provided and installed in the cabin. The lights shall be flush mounted in the cabin overhead. The lights shall be individually switched, at the operator's station. Duplex 120VAC outlets shall be provided as follows: Survey Station - 4 duplex receptacles. Operators station - 4 duplex receptacle. House after bulkhead - 2 Duplex Receptacle. Battery Chargers, one duplex receptacle for each charger. 20. Batteries & AC Charger Two or more identical marine combined deep cycle & starting batteries shall be provided, one for each outboard motor. The batteries shall be sized for the outboard motor starting CCA plus 20%. CCA rating for above 32 degrees shall be used to size the batteries. Batteries shall be sealed maintenance free Absorbed Glass Mat type. Each battery shall be provided with a dedicated marine AC battery charger. Charger output shall be minimum 50 amps. The charger shall sense battery condition and automatically switch from bulk charging mode to charge maintenance mode. The two engine start batteries shall be charged by the outboard motors as well as the AC chargers. The house battery shall be charged only by the AC charger. Batteries shall be mounted in weathertight battery boxes. The battery mounting shall be fastened to the deck such that the batteries will not move during hull accelerations. 21. DC Electrical: A DC electrical system shall be provided for: Bilge pumps, Navigation lights, Navigation gear, Engines, DC lighting, (2) DC console outlets (cigarette lighter type), and The DC system shall include a distribution panel at the operators station. The distribution panel shall include a rotary switch to allow power to be selected from any one of the batteries. The 2 console 12VDC outlets shall be located one each at survey and operator's station. 22. Shore Power: A single 120 VAC 30 amp shore power system shall be provided, to include 50 foot shore power cable. The shore power system shall have either a UL approved Isolation Transformer or a UL Approved Galvanic Isolator. The shore power system shall provide power to the following: AC receptacles Battery Chargers Heating & Cooling 23. DC Lighting: The DC Lighting System shall consist of dimmable/switchable incandescent/led fixtures for night operation. Each fixture shall have red and white light, with a selector switch on the fixture to switch between red and white. 4 fixtures, each individually switched & dimmed shall be provided in the deckhouse. A 500 watt DC searchlight shall be provided on the house top. The searchlight shall be controllable from the operator's station. A light bar, with 4 inch amber lights shall be provided and mounted on a raised arch on the house roof. 24. Noise: Deckhouse interior noise levels shall not exceed the following criteria: 82db, top speed, with maximum propulsion engine power. 75db., surveying, with 20% propulsion engine power and genset running. 70db., dockside, with no propulsion and genset running. The contractor shall provide acoustic treatments and engine silencing treatments as required to meet the above noise levels. 25. Coatings, Signage & Draft Marks: Non skid shall be provided on exterior decks, color light gray. Corps of Engineers Signage and labeling to be provided on hull and Corps castle to be provided and mounted on house. The Corps Castle signage shall be made with a red backing plate, with the Corps Castle Logo in white. Except as described above, the boat shall be unpainted from the waterline up. 26. Survey Station: The surveyor's stations shall be provided in the house on the Port side. The station shall be desk configuration, with seating for two surveyors. The survey station shall be designed so as to leave access space and steps to the forward house door. 27. Survey Multi-Bean Mount: A Moon Pool or Swing Arm mount shall be provided in such a way that the sonar head does not sit outside the vessel footprint during transit in it's "up" position and can be accessed from the vessel deck. If moon pool is used it shall be fitted with bottom doors to maintain hull planing surface when not surveying. If Moon Pool is provided it shall extend watertight up to at least 24 inches above the static waterline. 28. Ball Check and Heave Roll Compensator Platform: Ball Check The government will provide a Ross Ball Check and fairing to be installed in hull. All cabling and winch to be installed. Heave Roll Compensator Platform The builder shall provide and install a mounting plate for the MRU, approximately 10 inches square. 29. Survey Wireways: The contractor shall provide a dedicated wireway for the survey gear. The wireway shall run: From the survey computer station back to the transducer well. From, the survey computer station to the survey GPS antenna. From the survey computer station to the sonar arm. Wireways shall provide wire strapping bars at no more than 12 inch spacing. No vessel wiring shall be located in any of the survey wireways. The wireways shall be fitted with removable joiner panels for the areas inside the deckhouse. The wireways shall terminate in minimum 6 inch diameter clear openings at the GPS mount and at the transducer well, with bolted watertight closure plates. 30. Heating & Air Conditioning: Roof mounted Heating & Air Conditioning shall be provided in deckhouse. The heating and air conditioning systems sizing shall be adequate to maintain cabin temperature between 60 and 80 degrees with outdoor temperatures ranging between 50 and 100 degrees. The heating and air conditioning shall be powered by the AC generator, and by shorepower. 31. Navigation & Communication: The builder shall provide and install the following equipment and fabricated components: Mast with Platforms for Nav. Lighting Complete LED navigation Lights. Compass (forward read/ dash mount). Carbon Monoxide Sensor Gasoline Fume Detector Overhead radio mount Rack (2 radios) (1) VHF Radios & antenna, ICOM M604 or equal. Furuno 1824 or equivalent GPS/Chart Plotter/ Depth sounder with transducer. Flare Kit Boat Hook, aluminum, 6 foot. (2) fire extinguishers, 6 lb. First aid Kit Ring Buoy, 24 inch with line and bracket. Two survival suits, stored in the bench storage areas. Government provided communication radio with antenna Platform for Government provided RTK radio antenna 32. Trailer The boat shall be provided with a trailer. The trailer shall be either two or three axle, depending on the required trailer load rating for the boat. The trailer frame shall be galvanized steel, or aluminum. The trailer shall be bunk type. Bunks shall be aligned to the boat bottom, and shall be faced with UHMWPE. The bunk system shall be configured such that there are no bunks under the sonar transducers. The trailer shall be provided with the following features: Bunks as described above. Upright Hull Guides Manual winch Spare tire & carrier, mounted on the trailer. Greasing Hubs on all wheels. Sealed watertight LED lights. 33. Tests and Trials: Prior to delivery from the builder's facility, the contractor shall complete the following tests and trials. Operational trials - demonstrate the correct operation of all on board systems and machinery components. Full Load Speed trials - demonstrate that the vessel top speed. Noise Survey - demonstrate that the vessel meets the required noise limits. Trailering - demonstrate launching from trailer into the water, and hauling from the water onto the trailer. Shore power - demonstrate operation of AC electrical components on shorepower. 34. Documentation: The following documents shall be provided by the builder, for the purpose of operating and maintaining the vessel: Arrangement drawings. Coast Guard AIS Vessel ID Trailer VIN. Equipment Operating manuals Trial Reports Warranties 35. Ranking of the Technical Features The government places more importance on some of these items than others. The ranking of importance, starting with most important, is as follows: Vessel Stability during Hydrographic Surveying Integration of Multibeam sonar arm/mount/platform/moonpool Hull Beam Cabin Floor Space Fuel Tank Capacity Outboard Engine Power Outboard Transom Leg Length Generator Size Persons Capacity Rub Strake material Propeller Material 36. Quotation Experience & Technical Requirements: Each quotation shall include the following: Selections in the eleven areas of the technical features Description of the following; oRelevant experience building similar surveyboats.. oPast Performance on similar vessels, with reference contacts. oFacility & staffing to be applied oDelivery Method to Jersey City, NJ. oStructural and System design standards. oBoat size and hull form suitability for area of operation. oPropulsion system including make, and model for outboards. oGenset mounting. oTrailer make, model and roller arrangement oWarranties for outboards. oLocal (to Jersey City, NJ) outboard motor warranty service provider oWarranties for remainder of the vessel. AC electrical system including generator HVAC, Fuel and Water systems. Drawings as follows: oArrangement and Profile Drawing. oHouse Arrangement Drawing, showing survey and operators stations, seats, steps, benches, and other furnishings. oHull arrangement drawing, showing all watertight compartments, any provided flotation, and all tanks and hatches. oTransverse Hull Sections Drawing showing sections at: outboard platform, hull cockpit, deckhouse, and forward deck. oHull Lines Drawing. oDrawing and description of the moon pool and strut system. Estimated Weight and CG. Estimated Maximum Speed. Quotes will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, NY 10278. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with Central Contractor Registration (CCR), located at www.ccr.gov, and Federal Business Opportunity (FedBizOps), located at http://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) "A Guide to Collection & Use of Past Performance Information" dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts listed at $550,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. Point of Contacts: Albert Rumph, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. Telephone: 917-790-8078. Fax: 212-264-3013. E-mail: Albert.C.Rumph @usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-11-T-0014/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Survey Project Office 3 Chapel Avenue Jersey City NJ
Zip Code: 07305
 
Record
SN02460052-W 20110602/110531234201-e86b0d129d02b7cc29c980608ebb6ddc (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  © 1994-2020, Loren Data Corp.