Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2017 FBO #5823
SOLICITATION NOTICE

J -- Small Craft Life Cycle Maintenance

Notice Date
10/31/2017
 
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
N4523A18R1051
 
Archive Date
12/16/2017
 
Point of Contact
George R. Rutt, Phone: (360) 627-3356, Cindy J. Means, Phone: 3604764072
 
E-Mail Address
george.rutt@navy.mil, cindy.means@navy.mil
(george.rutt@navy.mil, cindy.means@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTE: This Presolicitation replaces Presolicitation notice for solicitation N4523A-17-R-0042 posted to FBO on September 1, 2017. Due to this requirement crossing fiscal years, the solicitation number associated with this Small Craft Life Cycle Maintenance requirement administratvely chagned from N4523A-17-R-0042 to a new solicitation number of N4523A18R1051. The request for proposal (RFP) and all applicable updates and amendments will be posted under this notice. The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), Bremerton, Washington intends to award a single firm-fixed-price indefinite-delivery-indefinite-quantity (IDIQ) contract to complete various types of life cycle maintenance to include: removing and apply new bottom paint system, conducting ultrasonic testing of hull, replacing main deck non-skid, touching up topside paint, touching up topside paint, replacing cabin deck non-skid, replacing hand-grip non-skid, restoration of upholstery, fabrication and installation of canopy. Vessels will be delivered to the Contractor and picked up by Government ground transportation services. Upon pickup of the first vessel, the second vessel will be delivered, and so forth until each vessel is returned to the Government, unless otherwise agreed to in advance by the Contractor and COR. This schedule includes work on two boats concurrently. Expected Period of Performance is as follows: January 2018 to June 2020. The Government intends to conduct this solicitation as a 100% small business set-aside under the North American Industry Classification System (NAICS) 336611, size 1,250 employees. The Government intends to post a request for proposals in Octove 2017 and anticipates award of the firm-fixed price, single award IDIQ in December 2017 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. This procurement will be conducted utilizing FAR Part 15 procedures. All responsible sources may submit a proposal in response to the solicitation, which shall be considered by the agency. All offerors must be registered with the System for Award Management (SAM) to receive award of Government contracts. Offerors are advised also that SAM representations and certifications can be completed electronically via the System for Award Management website at https://www.sam.gov. Notice Regarding Pre-Solicitation Synopsis: Information provided shall be treated as business sensitive or confidential to the responder, exempt from public release under the Freedom of Information Act. PSNS&IMF may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. This pre-solicitation announcement is released in accordance with FAR 5.2. Information provided in response to this pre-solicitation announcement is for informational and planning purposes only, will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18R1051/listing.html)
 
Place of Performance
Address: Contractor's Facility, Washington, United States
 
Record
SN04727043-W 20171102/171031230727-5e30d6493f192bbd1a2468e7e0fe4e78 (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.