MODIFICATION
J -- ARCO (ARDM-5) FY-19 Docking Service Craft Overhaul
- Notice Date
- 7/6/2018
- 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, Jessa Turner, Phone: 6195562309
- E-Mail Address
-
roderick.rioveros@navy.mil, jessa.turner@navy.mil
(roderick.rioveros@navy.mil, jessa.turner@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. To be eligible for award, a prospective contractor must possess a Master Ship Repair Agreement (MSRA) as described in DFARS 217.71 Master Agreement for Repair and Alteration of Vessels (MARAV) or demonstrate sufficient organization and facilities equivalent to that reflected in an MSRA. For information on MSRA requirements, please check the following the web site: http://www.navsea.navy.mil/Home/RMC/CNRMC/MSR-ABR/. Offerors meeting this eligibility requirement with documents and evidence outside of an MSRA must contact the Procuring Contracting Office to schedule an on-site inspection. The prospective contractor will need to provide a drydock of sufficient size to accommodate the ARCO (ARDM-5) and accomplish the Docking Service Craft Overhaul (DSCO) requirements. A floating dry dock employed in the performance of this contract shall meet either MIL STD 1625D certification or commercial certification from a recognized classification society or engineering firm that meets the requirements of paragraph 4.4.2.3 of MIL STD 1625D. Work includes access ladder preservation, air conditioning deck drains installation, attitude monitoring system upgrade, auto docking ship alt, ballast tanks preservation and repair, 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 for the ARCO (ARDM-5) FY-19 DSCO. The work will be accomplished at the contractor's facility. The period of performance (POP) is contemplating a six (6) month availability) from 8/15/2019 - 2/15/2020. The docking period will be for about 5 ½ months within the POP. The applicable NAICS 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 NAVSEA or commercially certified drydock. Please include drydock 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 or commercially 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 20 July 2018. All responses should be forwarded to Mr. Roderick Rioveros, email: roderick.rioveros@navy.mil and Ms. Jessa Turner, email jessa.turner@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
- SN04981508-W 20180708/180706230418-ce9d66b97a12e90984e0dc1edd158ade (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 |