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
- 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 |