SOLICITATION NOTICE
J -- YON-326 Maintenance, Preservation, and Repair - Draft Statement of Work
- Notice Date
- 10/22/2019
- Notice Type
- Presolicitation
- 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, 98314, United States
- ZIP Code
- 98314
- Solicitation Number
- N4523A20R1051
- Archive Date
- 11/21/2019
- Point of Contact
- Bailey A. Juvinall, Phone: 3604765708, Chris Campbell, Phone: 3604764333
- E-Mail Address
-
bailey.juvinall@navy.mil, chris.campbell@navy.mil
(bailey.juvinall@navy.mil, chris.campbell@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work INFORMATION FOR POTENTIAL OFFERORS: The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), Bremerton, Washington intends to award a stand-alone Firm-Fixed-Price contract to accomplish maintenance, repair and preservation of one (1) YON-326 Fuel Oil Barge. YON-326 has the following specifications: YON-326 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-326 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. Accomplish steel half pipe repairs. Replace zinc anodes on hull/skegs. Accomplish hull preservation. Accomplish hull VT/UT inspections. Accomplish skeg repairs. Accomplish steel ladder repairs. Accomplish cofferdam modifications. Accomplish storage locker hinge modification. Accomplish tank/void repairs. Accomplish watertight hatch door and scuttle repairs. Repair dogging mechanisms. Accomplish main deck non-skid repairs. Accomplish VT/UT of main deck. Accomplish superstructure preservation. Accomplish antenna support modification. Accomplish cargo pump diesel engine repairs. Accomplish cargo pump shaft and seal repairs. Accomplish navigation lighting repairs. Accomplish cargo deck flood light repairs. Accomplish tank level indicator repairs. Accomplish tapped cable hanger repairs. Accomplish cargo piping preservation. Install new cargo pump pressure gauge. Accomplish cargo reduction valve repairs. Accomplish cargo header isolation valve repairs. Accomplish dock and sea trials. 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 expected Period of Performance is scheduled to be: 26 March 2020 to 25 June 2020. The Government is contemplating a full and open solicitation. The Government intends to post a request for proposals in November 2019 and anticipates award of the Firm-Fixed Price, stand-alone contract in February 2020 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. Notice Regarding Pre-Solicitation Synopsis: Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. PSNS & IMF may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. This pre-solicitation announcement is released in accordance with FAR 5.2. Information provided in response to this pre-solicitation announcement is for informational and planning purposes only, will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A20R1051/listing.html)
- Place of Performance
- Address: Contractor's facility., United States
- Record
- SN05479943-W 20191024/191022230556-3fcee5e4f70c6a11dfa1961bd972848c (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 |