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 for a 19' Fiberglass Skiff Boat with 115hp outboard motor, tandem axle trailer, and accessories. 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 provide a new 19' Fiberglass Skiff Boat with 115hp outboard motor, tandem axle trailer, and accessories.
The boat standard features:
A. 19-20' fiberglass hull length
B. 8' width
C. 24-26" transom height with lip at top extended back to a minimum of 10"
D. 26" gunnels
E. Draft less than six (6) inches
F. Center console helm with lean-to backrest, cooler, four (4) rod holders, two (2) cup holders, and foot rest.
G. Seat/Padded Storage installed in front of console
H. Stainless Steel knurled steering wheel w/ tilt
I. Bimini Top with fittings and attachment points
J. 12/24V trolling motor pre-wired plug at the bow
K. One (1) stainless steel bow eye
L. Two (2) stainless steel stern eyes for tie downs
M. LED Navigation lights
N. Non-skid material on all walking/standing surfaces
O. Raw Water Wash Down pump with fittings and hose
P. Four (4) Heavy Duty Stainless Steel Cleat(s) - Location to be determined by buyer
Q. Recessed Deck with lockable storage compartments
R. 20 Gallon Fuel Tank
Engine:
A. Yamaha F115XB with stainless steel propeller
B. Yamaha Controls, Cables, Gauges, and Trim
C. Hydraulic Steering
Electronics & Accessories:
A. Garmin Echomap Plus 94SV GPS/FF w/Transom Transducer & G2 Chart installed
B. Cobra VHF Model MRF77B GPS Radio w/ stainless steel antenna mount and 3' whip antenna installed.
C. Dual Battery System with Interstate batteries and 4 position switch installed
D. 10' Power Pole Blade transom mount (installed)
E. Bob's Jack Plate w/6" setback, Water PSI gauge, and sender kit installed
F. Fire Extinguisher with installation bracket
Trailer:
A. Tandem Axle with surge breaks
B. All Aluminum Construction
C. GVW capacity of 6,000 lbs.
Warranty:
Manufacturer warrants that all products are new and undamaged and warrants its manufactured products to be free of defects in material and workmanship for a period of five (5) years from the date of purchase. Component parts not manufactured by Contractor will be warranted the length of the respective manufacturers' warranty or a minimum of one-year, inclusive.
The delivery is 30 day after award.
Final destination for delivery will be:
St. Lucie Locks Visitor Venter
2170 SW Canal Street, Stuart, FL, 34997.
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 (?) 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 [email protected] and Mr. James T. Tracy at [email protected].
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 [email protected].
James T. Tracy at (904) 232-2107 or by email at [email protected] .