Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 11, 2015 FBO #5131
SOLICITATION NOTICE

J -- 50-Foot Landing Craft Mechanized Repair - Draft LCM(3) Statement of Work

Notice Date
12/9/2015
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A-16-R-0006
 
Archive Date
12/24/2015
 
Point of Contact
Bart Franklin, Phone: (360) 476-4572, Stephanie Rosenthal, Phone: (360) 340-2741
 
E-Mail Address
bart.franklin@navy.mil, stephanie.rosenthal@navy.mil
(bart.franklin@navy.mil, stephanie.rosenthal@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
LCM-3 Working Barge WB9207 Draft Statement of Work The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), Bremerton, Washington intends to award a Firm-Fixed-Price, stand-alone contract for the repair and maintenance of one (1) 50-Foot Landing Craft Mechanized (LCM) (3) Working Barge Dive Boat (WB) 9207 located at Naval Base Kitsap Bremerton, Washington. Firms possessing the capability and qualifications would provide the labor, material, and services to accomplish repairs, maintenance, refurbishment, and preservation of the Dive Boat. Repair and refurbishment requirements shall include hull, mechanical, restoration, and maintenance of structures within the Dive Boat. Contractors' dry-dock facility must possess the capability of accommodating a vessel with the following dimensions: Length 50' x Width 14'and 5". The draft is of 3'. The Full-Load displacement is 41.4 Long Tons, and the light displacement is 22.5 Long Tons. The period of performance for this acquisition is 16 March 2016 through 13 May 2016. The Government intends to award a Firm-Fixed Price, stand-alone contract to the responsible contractor on a lowest price, technically acceptable basis in accordance with, but not limited to the Federal Acquisition Regulation (FAR) 15.101-2. The factors and associated sub-factors will be used to evaluate the Technical, Past Performance, and Price of any small-business offerors with NAICS Code 336611 within the Puget Sound, WA region. Potential offerors are invited to respond via email to bart.franklin@navy.mil. The subject line of this email shall state "Synopsis N4523A-16-R-0006". All questions regarding this pre-solicitation shall be submitted in writing no later than three (3) days before the synopsis closing date of December 23, 2015. Responses received after the December 23, 2015 date shall be considered unacceptable, and will not be considered. INFORMATION FOR POTENTIAL OFFERORS The Defense Priorities and Allocations System (DPAS) rating for this requirement is DO-A3 and NAICS Code 336611 with a 1,000-employee size standard applies. This Pre-Solicitation Synopsis is for informational and planning purposes only, and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. In the response to this pre-solicitation synopsis, if you are a small business, please indicate your business size in accordance with FAR Part 19 and NAICS Code 336611. Concerning small business attributes, please indicate if you are a small business, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, and/or woman-owned small business concern. The Government intends to post a solicitation on or about January 04, 2016. Offerors can view and/or download the solicitation, and any attachments, at https://www.fbo.gov when available. All offerors must be registered with the System for Award Management (SAM) to receive award of Government contracts. Offerors are also advised that representations and certifications can be completed electronically via the System for Award Management website at http://www.sam.gov. The Government does not intend to award a contract based on this Synopsis or otherwise pay for the requested information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A-16-R-0006/listing.html)
 
Place of Performance
Address: Washington, United States
 
Record
SN03965323-W 20151211/151209234712-b5b29fa6e30c1230182010fb2a891fc9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.