MODIFICATION
J -- Improved Navy Lighterage System (INLS) Side Connector Repair and Refurbishment Services - Amendment 1
- Notice Date
- 4/29/2016
- Notice Type
- Modification/Amendment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Navy, United States Marine Corps, Blount Island Command (BIC), 5880 Channelview Blvd Blount Island, Jacksonville, Florida, 32226-3404, United States
- ZIP Code
- 32226-3404
- Solicitation Number
- M67004-16-Q-1027
- Point of Contact
- Dennis R. Lisbon (Ctr), Phone: 9046965195, JoAnna Lovett-Black, Phone: 9046965170
- E-Mail Address
-
dennis.lisbon.ctr@bic.usmc.mil, JoAnna.Lovett-Black@BIC.USMC.MIL
(dennis.lisbon.ctr@bic.usmc.mil, JoAnna.Lovett-Black@BIC.USMC.MIL)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 0001 Amendment 0001: The purpose of this amendment is twofold: (1) Revise the solicitation as follows: The NAICS Codes of 811310 is applicable to those offerors interested in submitting an offer for the work to be performed under Service Areas I, III, and IV, listed as follows: Service Area I - INLS Side Connector & WHE Services. The tasks of this BOA will be focused and within the scope of the following services: The Improved Navy Lighterage System has a sub component called the Roll On/Roll Off Discharge Facility, which employs a Side Connector (SC) to laterally and rigidly connect 24' x 80' x 8' modular steel barges. The side connector dimensions are approximately 8 ft. x 3 ft. x 3 ft and weigh approximately 4500 lbs. each. During use, the SC are partially submerged in salt water for extended periods. The SC is hydraulically activated and powered from an external source, the Containerized Crew Shelter (CCS). The SCs, CCS and Remote Carts require refurbishment which involves inspection, overhaul, repair, upgrades and testing utilizing the RC. The overhaul will include various industry disciplines that will include, but not limited to, steel fabrication, welding, mechanical, machining, piping, hydraulics, electrical, surface conditioning, coating systems, MHE and transport support etc. One RRDF has 20 SC & two RC and there are a total five RRDF and there is one additional rotational spare set of SC. Due to RRDF employment schedules, it is anticipated that the SC would be refurbished one at a time. However, circumstances may require surge capability to refurbish an entire set. Additionally, general WHE services, including WHE maintenance and test weight support is included. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7,500,000. Service Area III - Navy Watercraft Intermediate Level Maintenance and Repair. The tasks of this BOA will be focused on System Alterations, modifications, upgrades, selective repair, and associated Logistics, Technical Writing and Documentation services associated with Maritime Prepositioning Force Navy watercraft during its maintenance. This includes, but is not limited to, the following Navy watercraft: Maritime Prepositioning Force Utility Boat (MPFUB), Lighter Amphibious Resupply Cargo, 5 (LARC-V), Landing Craft Mechanized-8 (LCM-8) and Improved Navy Lighterage System (INLS), which includes: Warping Tug (WT), Causeway Ferry Power Module, Causeway Ferry Beach Module, Causeway Ferry Intermediate Module and the RRDF system which includes the Docking Module, Ramp Module and Combination Module. It also includes maintenance, repair and logistical support for organic assets supporting the maintenance cycle. Type of work includes various industry disciplines, but not limited to, hull cleaning, towing, steel fabrication, welding, mechanical, machining, piping, hydraulics, electrical, selective surface conditioning (blasting), coating systems (painting) and dry docking. It may also include selective repairs and system alterations to Navy watercraft that result from scheduling conflicts, production backlogs and unknown "growth" work from prevailing contracts. Service Area IV - Afloat Corrective Maintenance and Logistics Support. The tasks of this BOA are for providing OCONUS Intermediate and Depot Level Repair and Logistic Services of Improved Navy Lighterage System (INLS); Landing Craft Mechanized (LCM-8); Amphibious Bulk Liquid Transfer System (ABLTS) and the Maritime Prepositioned Force Utility Boat (MPF UB); on watercraft embarked on MPF shipping, deployed overseas. The contractor shall provide all required personnel, transportation, supervision (including safety oversight), and other items necessary to perform the required services in an OCONUS and afloat environment subject to MPF shipping schedules. The need for an indefinite delivery vehicle such as a Basic Ordering Agreement has arisen because Blount Island Command, Jacksonville, Florida is assuming responsibility for the corrective maintenance and repair of the INLS, LCM-8, ABLTS, and MPF UB systems once they are placed aboard the MPF Ships. Currently these systems and their predecessors are maintained by a contractor or subcontractor under contract to the NAVFAC Expeditionary Programs Office (NEPO) while embarked on ships forward deployed. Preventive maintenance will still be conducted under the NEPO contract. This BOA is for corrective maintenance and logistic support. NAICS code of 336611 is applicable to all offerors interested in submitting an offer for Service Area II - Navy Watercraft Depot Level Repair. This Agreement will include depot level maintenance and repair for the following Navy watercraft systems: Landing Craft Mechanized-8 (LCM-8), and Improved Navy Lighterage System (INLS) which includes: Warping Tug (WT), Causeway Ferry Power Module, Causeway Ferry Beach Module, Causeway Ferry Intermediate Module and the RRDF system which includes the Docking Module, Ramp Module and Combination Module. Type of work includes various industry disciplines, but not limited to, towing, dry docking, steel fabrication, welding, mechanical, machining, piping, hydraulics, electrical, surface conditioning (blasting), and coating systems (painting). It may also include selective repairs for unknown "growth" work from other Navy watercraft contracts. This Agreement will be required of a local small business firm as the Navy craft will require towing/transport from Blount Island, Jacksonville, Florida to the contractor's site for repair. The government will accept offers from small business firms with either the NAICS Code of 811310 and/or 336611 as described herein for the resultant multiple awards of Basic Ordering Agreements. Purpose for Amendment (2): To adjust the combined synopsis/solicitation response date to 12:00 p.m. (EST) on Thursday, May 5, 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004A/M67004-16-Q-1027/listing.html)
- Place of Performance
- Address: 5880 Channel View Blvd, Jacksonville, Florida, 32226, United States
- Zip Code: 32226
- Zip Code: 32226
- Record
- SN04101213-W 20160501/160429234843-f451addc1af85900485744e9608f7a61 (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 |