MODIFICATION
J -- USS ZEPHYR (PC 8) Dry Dock MYP - Enclosure 1
- Notice Date
- 3/9/2018
- Notice Type
- Modification/Amendment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Southeast Regional Maintenance Center, Mayport Naval Station, Jacksonville, Florida, 32228-0158, United States
- ZIP Code
- 32228-0158
- Solicitation Number
- N40027-18-PC-DRYDOCK
- Archive Date
- 3/27/2018
- Point of Contact
- Kenneth E. Butler, Phone: 90427051263513, Bethjoven de los Reyes, Phone: 9042282244
- E-Mail Address
-
kenneth.e.butler@navy.mil, bethjoven.delosreyes@navy.mil
(kenneth.e.butler@navy.mil, bethjoven.delosreyes@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- USS ZEPHYR (PC-8) Docking Phased Maintenance Availability (DPMA) Anticipated Solicitation Number: N40027-18-R-0006 Agency: Department of the Navy Office: Southeast Regional Maintenance Center Location: Naval Station Mayport, Florida *****PREVIOUSLY, A SOURCES SOUGHT WAS ISSUED FOR THE USS ZEPHYR (PC-8) DPMA, WITH THE PLACE OF PERFORMANCE AS THE MAYPORT, FLORIDA HOMEPORT AREA. DUE TO RECENT CHANGES IN THE DURATION OF THE PERIOD OF PERFORMANCE AND IN ACCORDANCE WITH 10 USC 7299a, THE SOURCES SOUGHT IS HEREBY AMENDED TO INCLUDE ALL LOCATIONS IN EAST COAST AND GULF COAST.***** This is a sources sought announcement in accordance with FAR 15.201 and in anticipation of a potential future procurement program. Southeast Regional Maintenance Center (SERMC) is conducting market research to determine industry capability and interest in performing the FY18 Docking Phased Maintenance Availability (DPMA) Chief of Naval Operations (CNO) availability on USS ZEPHYR (PC-8) on the East Coast or Gulf Coast. The Government is seeking responses from sources that can perform dry-docking and pier-side maintenance, repair, and alterations anticipated to begin in September 2018. The Government has provided an outline of some of the work anticipated to be completed under the expected DPMA. The anticipated contract type will be firm-fixed price. What/Where to Submit: Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact. All responses to this Sources Sought Notice must be emailed to CLF_MYPT_SERMC_PROCUR@navy.mil, Attn: Kenneth Butler or Bethjoven De Los Reyes no later than 1500 hours SERMC Local Time 12 March 2018 with "USS ZEPHYR (PC-8) DPMA Sources Sought Response" in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in Enclosure (1), and answers to the following specific questions. Please limit your response to no more than 5 pages. •1. 1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611? 2. How many employees does your company have? 3. Does your company have a website? If so, what is your company's website address? 4. Does your company have access to a pier capable of berthing USS ZEPHYR (PC-8)? See Enclosure (1) (A. General; c. Ship Particulars) for specifications. 5. Does your company own a dry dock capable of docking a PC class vessel or a have a letter of commitment from the owner of a facility capable of docking a PC that is certified to MIL-STD-1625D(SH) or capable of being certified to MIL-STD-1625D(SH) no later than thirty days prior to the start of the contract? 6. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance. 7. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? In addition to the previous question, please answer the following sub-questions: a. Is your company a NAVSEA certified Master Ship Repair Contractor (MSRA)? 8. Given the complexity of the work described in this announcement, including Enclosure (1), please describe your company's historical experience completing work on similar systems at a similar complexity on the critical systems outlined in Enclosure (1), or briefly describe how your company would be capable of meeting these requirements as of contract award. 9. Given the complexity and size of the work described in this announcement (Enclosure (1)), does your company plan to submit a proposal in response to the anticipated solicitation for the FY18 USS ZEPHYR (PC-8) DPMA? Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. All information shall be provided free of charge to the Government. SERMC may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. This sources sought announcement is released in accordance with FAR 15.201. This sources sought announcement is not a request for proposal. The purpose of this sources sought announcement is to gather information from the market place. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract. No telephone inquiries will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time. When to Submit: Responses are requested no later than 1500 hours SERMC Local Time 12 March 2018. Notice Regarding Sources Sought: Please note that this sources sought is for information purposes and to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government of any kind. Other: The Government will not pay for any effort expended or any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided. Future information, if any, will be posted at the website for FBO. Telephone or Fax inquires will not be accepted or acknowledged, and no feedback or evaluation will be provided to companies regarding their submissions. Contracting Officer Address: Southeast Regional Maintenance Center, Building 1488 Naval Station Mayport, Florida 32228 Point of Contact: Bethjoven de los Reyes, Code 410 Contracting Officer, bethjoven.delosreyes@navy.mil Kenneth Butler, Code 410 Contract Specialist, kenneth.butler@navy.mil All responses to this Sources Sought Notice must be emailed to CLF_MYPT_SERMC_PROCUR@navy.mil, Attn: Kenneth Butler or Bethjoven De Los Reyes no later than 1500 hours SERMC Local Time 12 March 2018 with "USS ZEPHYR (PC-8) DPMA Sources Sought Response" in the subject field. Enclosure (1): Outline of some of the work anticipated to be completed under the expected DPMA •A. General •a. Competition Area: Coast Wide - East Coast or Gulf Coast •b. Ship Particulars: • i. Length: 174 ft • ii. Beam: 25 ft • iii. Draft: 7.5 ft • iv. Displacement: 331 tons • v. Mean Navigable Water depth draft: >7.5 ft • vi. Air Draft: 58 ft •c. Facility Particulars: • i. Pier Length: >174 ft • ii. Electrical: 220 amps, 450 volts, 60 hertz, 3 phase (Uniform Fire Code (UFC) 4-150-02 table C-7) • iii. Potable Water: 400 Gallons Per Day (GPD) (UFC 4-150-02 Table C-4) @ 60 Pounds per Square Inch (PSI) • iv. Sea Water/Firefighting Water: 625 Gallons Per Minute (GPM) (UFC 4-150-02 Table C-3),@ 100 PSI measured at the most remote outlet (UFC 4-150-02, Para 3-3.2.1) • v. Sewage: Ability to accommodate and dispose of 1,000 GPD of effluent and 1,000 GPD of waste water • vi. Mean Pier Water depth draft: >18 ft • vii. Dry Dock to support a PC2 Cyclone Class Ship •B. The Availability's modernization scope will largely be the Hull Mechanical & Electrical Modification and Bridge Upgrade Alterations. These will include a significant amount of work across multiple trades and spaces. The awarded contractor must be able to include and incorporate 3rd Party contractors, Government personnel, Long Lead-Time Material (LLTM) procurement, etc. in their Integrated Production Schedule (IPS). Key trades & efforts include: Structural welding, cabling pulling, piping, electrical and ventilation work if needed. Master Ship Repair (MSR) will execute the structural/Industrial work. Further direction will be provided in the work specifications to define the work split. •C. The Availability's maintenance requirements are expected to include the following types of work: Hull Structure •· Assessments. •· Condition-based repair and replacement of hull plating and structural decks. •· Preservation and condition-based repairs of U/W Hull, Freeboard, Mast and Superstructure •· Anode replacement Propulsion Plant •· Removal and installation of Main Propulsion Diesel Engines. •· Condition-based repair and preservation of the propulsion exhaust systems. •· Full Shafting Package to include Propeller removal, MX-9 Seal, Shafting, Bearing replacement for Stern Tube and Struts Electric Plant and Distribution Equipment •· Cableway inspection and condition-based repair.. •· Generator Set removal and installation. Command and Surveillance •· Impressed Current Cathodic Protection System Inspection and Repair. •· Sound Powered Phone modernization Auxiliary Systems •· Condition-based repair and replacement of insulation and lagging in machinery spaces. •· Condition-based repair to FM piping as identified by the maintenance team. •· Condition-based repair to VCHT piping, and VCHT valve repair. •· Sea Valve repair/replacement to include waster sleeve replacement. •· Replacement of Air Conditioning/HVAC System. Outfit and Furnishings •· Condition-based interior preservation. •· Condition-based exterior preservation. •· Condition-based replacement of deck covering and exterior deck non-skid. •· Condition-based replacement of hull insulation. Armament •· None. Ship Assembly and Support Services •· Services are directly related to availability, location, duration, and man-day determination. Man days can differ by region and whether the availability is performed in a public or private ship repair facility. Services are predominately driven by availability duration with the exception of cleaning and pumping (tanks and bilges), crane, rigging, and temporary refrigeration services which are more ship-specific. Key Maintenance Work Items (not all inclusive) •· Hull, keel, and side shell plating repairs •· Fuel Oil Service Tank; repair and preserve •· Waste Tank; repair and preserve •· Potable Water tank repairs •· Anchor windlass; repair •· Lube Oil Storage Tank; repair •· Rudder repairs
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N40027/N40027-18-PC-DRYDOCK/listing.html)
- Record
- SN04849503-W 20180311/180309231127-4a51c1348a859224093ebe4e3df1ebc3 (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 |