MODIFICATION
J -- ARCO (ARDM-5) FY-19 Docking Service Craft Overhaul
- Notice Date
- 2/9/2018
- Notice Type
- Modification/Amendment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, South West Regional Maintenance Center, 3755 Brinser Street, San Diego, California, 92136, United States
- ZIP Code
- 92136
- Solicitation Number
- N5523618R0011
- Point of Contact
- Roderick Q. Rioveros, Phone: 6195562309
- E-Mail Address
-
roderick.rioveros@navy.mil
(roderick.rioveros@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notice for information and acquisition planning purposes. This is not a request for proposal (RFP) and a formal solicitation is not available at this time. This notice does not constitute a commitment by the Government to issue an RFP, contract, or order. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. Southwest Regional Maintenance Center (SWRMC) is seeking small or large business concerns coast wide along the West Coast with a Master of Ship Repair Agreement (MSRA) per DFARS 217.71, and a NAVSEA certified drydock. Work scope would include preparation for and towing from San Diego, CA to and the contractor's facility for the ARCO (ARDM-5) FY-19 Docking Service Craft Overhaul (DSCO) and return, access ladder preservation, air conditioning deck drains installation, attitude monitoring system upgrade, auto docking ship alt, ballast tanks preservation and repair, berthing barge services, bus service for crew, cranes removal and reinstallation on opposite sides, dock & undock, EDG diverter valve repair, fireman valves repair, flood lights upgrade, flying bridge preservation, freeboard preservation and repair, grit blast tanks, hazardous waste, mooring chain preservation, outrigger preservation, outrigger wood decking preservation, phone system upgrade, pump rooms preservation and repair, replace flag pole, spudmoor system overhaul, stanchion repairs and preservation, submarine service booms preservation and repair, temporary services, weight test port and starboard capstans, wing walls preservation and repair, wing wall non-skid, underwater hull preservation and repair, and voids preservation and repair. The work will be accomplished at the contractor's facility or possibly a Government owned dry-dock. The tentative period of performance (POP) will be six (6) months with a docking period of 5 ½ months within the POP. The Government is contemplating one of these performance periods for the FY-19 DSCO: 1) 7/1/19- 12/30/19 2) 8/15/19 - 2/15/20 * Most importantly, please answer the following questions: (1) If a Government owned dry-dock that can accommodate the ARCO is available for use, would your company be interested in submitting an offer? Which performance period(s) can your company support? (2) Would your company be interested in submitting an offer if your drydock can be NAVSEA certified in time to support any of the proposed performance periods? Which performance period(s) can your company support? (3) Would your company be interested in submitting an offer if double docking the ARCO with another vessel within your company's drydocks were an option? Which performance period(s) can your company support for a double docking? SWRMC is contemplating award of one firm fixed price contract for the scope of work. The applicable NAICS code is 336611 Ship Building and Repairing. Interested vendors should submit a capabilities statement (not to exceed five pages) that demonstrates their capability to perform the services described herein. The capabilities statement shall include:. Company name. Address. Business size (large, small, small disadvantaged, 8(a), women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned) [more than one category may be selected as applicable]. Point of contact (POC) information for the interested firm. Company's technical capabilities. Information about the Company's available drydock that is NAVSEA certified. Please include drydock's availability dates that can support the ARCO (ARDM-5) FY-19 DSCO. The capabilities statement should also identify, by contract number, past or current contracts and/or subcontracts that were awarded to your firm, period of performance, contract type, contract amount, a description of the relevant corporate experience gained, and a point of contact for the customer/recipient of the work performed. The vendor shall describe if they have experience performing similar repair requirements and if they can accomplish at least 51 percent of the work in the specification in-house. The Government will evaluate each respondent's capabilities statement to determine if the respondent has the requisite technical capabilities, NAVSEA certified drydock, and experience to complete the requirements described herein. No telephone inquiries will be accepted. The Government does not commit to providing a response to any comments or questions. No basis for a claim against the Government shall arise as a result of this announcement. Responses should be received no later than 16 February 2018. All responses should be forwarded to Mr. Roderick Rioveros, email: roderick.rioveros@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N5523618R0011/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN04818077-W 20180211/180209230829-23424ea54e92d8c32d281508be528096 (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 |