SOLICITATION NOTICE
19 -- YON 325 Maintenance, Repair and Preservation - Exhibit A_CDRLs & DIDs - Attachment J-4_Contract Performance Data Sheet - Attachment J-5_Corporate Experience Data Sheet - Solicitation - Attachment J-2_Price Proposal Worksheet - Attachment J-6_BAVR Instructions - Attachment J-3_Request for Clarification (RFC) Form - Attachment J-1_Statement of Work (SOW)
- Notice Date
- 5/14/2018
- Notice Type
- Combined Synopsis/Solicitation
- 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
- N4523A18R1059
- Archive Date
- 6/29/2018
- Point of Contact
- Nicholas Crowell, , Gary Binder,
- E-Mail Address
-
nicholas.a.crowell@navy.mil, gary.binder@navy.mil
(nicholas.a.crowell@navy.mil, gary.binder@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment J-1_Statement of Work (SOW) Attachment J-3_Request for Clarification (RFC) Form Attachment J-6_BAVR Instructions Attachment J-2_Price Proposal Worksheet Solicitation Attachment J-5_Corporate Experience Data Sheet Attachment J-4_Contract Performance Data Sheet Exhibit A_CDRLs & DIDs INFORMATION FOR POTENTIAL OFFERORS The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), Bremerton, Washington is soliciting interest in performing maintenance, repair and preservation of one (1) YON-325 Fuel Oil Barge. YON-325 Fuel Oil Barge Characteristics Built by: Sundial Marine and Construction & Repair, INC. Length: 199 FT Draft: 3 FT - 0 IN Width: 54 FT - 0 IN Full Displacement: 2848 L Tons Age: 12 YRS Light Load: 706 L Tons Hull Type: Steel The contractor's facility must possess the capability of accommodating one (1) YON-325 Fuel Oil Barge with the dimensions as stated above. Coordinate with the Contracting Officer, via the Contracting Officer's Representative (COR) to deliver the vessel from Manchester Fuel Depot to the contractor's facility. Dock, wash and clean exterior surfaces of the vessel upon docking. Replace zinc anodes on hull / skegs. Accomplish preservation to underwater hull, freeboard, main deck, deck house, cargo piping and all deck fittings. Remove and replace non-skid located main deck, deck house top and cargo deck. Remove, clean and install rubber fenders. Modify existing piping cofferdams and scupper drains. Modify main deck cofferdam with cam-lock fittings. Accomplish ultrasonic test measurement and visual inspection of the hull, main deck, cargo deck and deck house top. Open, clean, pump and maintain clean and dry each tank/void. Inspect tanks/voids for defects. Replace navigational lights with new LED light fixtures. Install bird spikes located top of deck house. Replace exhaust muffler bird repellant. Replace solar panel pivot mount. Replace antenna support modification. Replace ullage hatch pin and cargo hatch dog. Perform storage locker modifications. Repair center running light pigtail. Replace fuel oil tank piping. Replace YD-5500 exhaust bellows. Replace and test cargo tank TLI's. Perform preliminary air test of tanks/voids, steel fendering and skegs. Accomplish a final closure inspection of each tank/void upon completion of all work installing new gaskets and fasteners. Perform final air test of tanks/voids, steel fendering and skegs. Accomplish repair, replace gaskets and adjust watertight hatches and doors. Accomplish cargo pump diesel and diesel generator maintenance and repair. Undock the vessel. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. Calibration of TLI's shall be conducted at Manchester Fuel Depot (MFD) in Manchester, WA. The Period of Performance is scheduled to be: 24 October 2018 to 6 February 2019. 10/24/18 - 1/10/19 at contractor's facility; 1/10/19 - 2/6/19 at MFD. The acquisition will be Full and Open Competition under the North American Industry Classification System (NAICS) 336611. The Government anticipates award of the Firm-Fixed Price, stand-alone contract in August 2018 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. Offerors can view and/or download the draft notional work specifications for review at https://www.fbo.gov. 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. NOTE: Access to reference file is via SAFE file exchange. Access must be requested via email to Nick Crowell at nicholas.a.crowell@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18R1059/listing.html)
- Place of Performance
- Address: 1) Contractor's Facility 10/24/18 - 1/10/19, 2) MFD 1/10/19 - 2/6/19, Washington, United States
- Record
- SN04921179-W 20180516/180514230643-09614fff67a124815e1a4b8d8bca2f57 (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 |