SPECIAL NOTICE
J -- NOTICE OF INTENT TO SOLE SOURCE:
- Notice Date
- 9/14/2018
- Notice Type
- Special Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, United States Marine Corps, Blount Island Command (BIC), 5880 Channelview Blvd Blount Island, Jacksonville, Florida, 32226-3404, United States
- ZIP Code
- 32226-3404
- Solicitation Number
- M67004-18-Q-1030
- Archive Date
- 10/6/2018
- Point of Contact
- Stanley Sanders, Phone: 9046964812, Patricia Solberg, Phone: 904-696-5170
- E-Mail Address
-
stanley.sanders@usmc.mil, patricia.solberg@usmc.mil
(stanley.sanders@usmc.mil, patricia.solberg@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Marine Corps, Blount Island Command (BIC), Contracting Office, Marine Corps Station, Jacksonville, FL 32226 hereby gives notice of intent to award a Basic Ordering Agreement, (BOA), and subsequent Orders, on a sole source basis to W&D Ships Deck Works Inc., 9852 Heckscher Drive, Jacksonville, FL, 32226-2502, in accordance with the Federal Acquisition Regulation (FAR) 6.302-1, only one responsible source. The Basic Ordering Agreement is for a five (year) period with an estimated value not to exceed $3,000,000.00. Multiple orders are anticipated under this BOA. An approved Justification for Other than Fair and Open Competition is contained in the BOA file and will be posted to FBO upon award. Navy Support Management Branch requires Intermediate Repair, Depot Maintenance, System Alterations (SYSALT), and Logistics Support Services for the Navy Lighterage (NL) Equipment supporting the MPF Mission (to include Organic an Improved Navy Lighterage Systems). This procurement will include a one (1) year base period with four (4) one year option periods. Intermediate repair includes various ship repair disciplines, but not limited to hull cleaning, minor steel fabrication, shipfitter, welding, mechanical, machining, piping, hydraulics, electrical, electronic, selective paint surface conditioning, selective coating systems (painting/non skidding). SYSALTs are an example of intermediate level work which involves upgrade and modification to the craft that may require installation of new systems such as communication or navigation systems, upgrade to propulsion systems, engineering changes to structural components, etc. Depot level maintenance includes repairs that require disciplines and facilities located in a shipyard such as large scale blast and paint or major hull repairs that require steel fabrication. Logistics Support Services include but are not limited to the transport, handling, and storage of Government furnished material/supplies at the Contractor facility, and provisioning of required parts and supplies. The organic Navy Lighterage (NL) moored in the BIC berthing basin is used as Afloat Staging Points (ASP) or floating piers to stage Improved Navy Lighterage System (INLS) and other Navy watercraft being downloaded and back loaded onto the MPF ships to mitigate the absence of permanent concrete piers. During the fielding of INLS, multiple NL sections were retained by the Navy to facilitate mooring/berthing requirements. W & D Ships Deck Works designed and modified numerous organic lighterage assets to provide critical berthing capability to support Prepositioned Objective (PO) maintenance. The modifications to NL provided brackets used to retain the floating piers to cement piles, addition of mooring jewelry and fendering systems. Once modified, W & D performed the installation of the composite platforms and will provide maintenance on the floating piers, including hull repair and corrosion control. The Navy anticipates the system will require periodic overhauls until the appropriate MILCON projects are approved to provide a permanent solution to the requirement. In addition to Intermediate Repair, Depot Maintenance, System Alterations (SYSALT), and Logistics Support Services, W&D will perform ASP maintenance services under this BOA.. The NAICS code for this requirement is 336611, Shipbuilding and Repairing, and the Product Service Code is J19, Maintenance and Repair of Ships, Small Craft, Pontoons, and Floating Docks. This BOA will be administered by negotiation of Firm Fixed Price orders for the various maintenance requirements and/or subsequent Condition Found Reports (CFR). THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. Point of contact for this requirement is Stanley G. Sanders, Jr., Contracting Officer, at (904) 696-4812 or via email at Stanley.Sanders@usmc.mil. Alternate point of contact is Patricia Solberg, Contracting Officer, at patricia.solberg@usmc.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004A/M67004-18-Q-1030/listing.html)
- Place of Performance
- Address: 9852 Heckscher Drive, Jacksonville, Florida, 32226, United States
- Zip Code: 32226
- Zip Code: 32226
- Record
- SN05091043-W 20180916/180914231347-57aa0f39505d7c1a1ec87b61af200872 (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 |