Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2018 FBO #6172
SOLICITATION NOTICE

J -- USS Michigan FY19 ERP - N4523A19R0801

Notice Date
10/15/2018
 
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
N4523A19R0801
 
Point of Contact
Andrew M. Skelley, Phone: 3604766698, James Walker, Phone: 3604764572
 
E-Mail Address
andrew.skelley@navy.mil, james.m.walker11@navy.mil
(andrew.skelley@navy.mil, james.m.walker11@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Exhibit J-2: Data Item Descriptions Exhibit J-1: Contract Data Requirement List Package Attachment J-6: Government Property List Attachment J-5: Previous Efforts Form Attachment J-4: Pricing Volume Spreadsheet Attachment J-3: Request for Clarification Form Attachment J-2: Badging and Security Information Attachment J-1: Work Specification Package N4523A19R0801 RFP The Northwest Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS&IMF), Bremerton, Washington intends to award a Firm-Fixed-Price, Stand-Alone contract for non-SUBSAFE structural repairs and preservation of exterior hull, superstructure, free floods and main ballast tanks in support of the USS MICHIGAN (SSGN 727) FY19 Extended Refit Period (ERP). Scope of work includes depot level preservation, hull and structural repair; anode removal, sound damping removal and safety track repairs. Contractor will be required to hold Society for Protective Coatings (SSPC) QP-1 certification (either prime or subcontractor). All interested parties may download the solicitation and amendments at FedBizOpps (FBO), www.fedbizopps.gov. All contractors must be registered and active in the System for Award Management (SAM) www.sam.gov/portal/public/SAM/. The solicitation along with any attachments will only be available electronically at FBO. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or faxed. The anticipated period of performance is: Ten and a half (10.5) months, commencing on/around 29 April 2019. The dates provide in the Work Specification Package (Attachment J-1) are tentative. The date range of the period of performance will remain constant, however the Government reserves the right to adjust the start and end performance dates listed through an amended Work Specification Package. The Government intends to award a Firm-Fixed Price, stand-alone contract to the responsible contractor on a lowest price technically acceptable source selection in accordance with, but not limited to the Federal Acquisition Regulation (FAR) 15.101-2. The factors and associated sub-factors will be used to evaluate all offeror's Technical, Past Performance, and Price. All RFP questions shall be submitted to Andrew Skelley, Contracting Specialist, andrew.skelley@navy.mil, by 01 November 2018 @ 2:00 PM (PST). NOTE: The initial sources sought for this requirement was posted to FBO as solicitation N4523A18R0833.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A19R0801/listing.html)
 
Place of Performance
Address: 1400 Farragut Ave, Bremerton, Washington, 98314, United States
Zip Code: 98314
 
Record
SN05123259-W 20181017/181015230525-ffa84c96fa599ae5c97e1b4837f0c39e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.