Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 22, 2020 SAM #6688
SOURCES SOUGHT

J -- Maintenance, Preservation, and Repair of TWR-7 and TWR-8

Notice Date
3/20/2020 2:39:59 PM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A20R1066
 
Response Due
3/27/2020 11:00:00 AM
 
Archive Date
04/11/2020
 
Point of Contact
Brittany N Chartier, Gary Binder, Phone: 3604765706
 
E-Mail Address
brittany.chartier@navy.mil, gary.binder@navy.mil
(brittany.chartier@navy.mil, gary.binder@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interest in performing maintenance and preservation, and repair in support of two Naval Vessels, TWR-7 and TWR-8. Work will be accomplished at the Contractor's facility. The Government is seeking responses from sources that can perform the following work: TWR-7 Characteristics� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � TWR-8 Characteristics Built by: Swath Ocean Ship &Yacht Builders� � � � � � � � � � � � Built by: Swath Ocean Ship &Yacht Builders Length: 85 FT - 0 IN� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ��Length: 85 FT - 0 IN Width: 21 FT � 6 IN� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Width: 21 FT � 6 IN Age: 13 Years� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Age: 13 Years Hull Type: Aluminum� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Hull Type: Aluminum Draft: 5 FT- 8 IN� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Draft: 5 FT- 8 IN Full Displacement: 95 Tons� � � � � � � � � � � � � � � � � � � � � � � � � � � � ��Full Displacement: 95 Tons Light Load: 85 Tons� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ��Light Load: 85 Tons TWR-7 Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR) to deliver the vessel to the Contractor�s facility. Dock, wash, and clean the exterior surfaces of the vessel upon docking. Remove all fendering and sweep blast clean. Crop and insert new hull plating and �Tee Bars/Flat Bars� located in various locations. Remove temporary cable lifelines in various locations and install new handrail sections. Install new STBD side- upper fender. Perform pipe removal and make deck fittings flush on main-deck. Remove existing damaged Fire Main overboard discharge pipe and replace. Apply new Non-skid preservation system to the main-deck and deck house/pilot house. Blast and preserve underwater hull, body, appendages, and freeboard surfaces, deckhouse, pilothouse, mast, and antenna. Inspect and repair shafts and rudders and associated seals and test for operability after repairs. Inspect vent-trunk/box. Perform inspections on the propellers, pitch, and balance and test for operability. Clean the heat exchangers and after coolers on the diesel engines. Replace PORT side main engine muffler. Replace PORT & STBD main engine crankshaft seals. Open, clean, inspect, disinfect, certify, and preserve various tanks and voids including the fresh water system. Remove existing and install new zincs and associated hardware. Inspect diesel engines for operability. Conduct air test of tanks and voids. Perform sea trials after completion of repairs and full cure time of preservation. � TWR-8 Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR) to deliver the vessel to the Contractor�s facility. Dock, wash, and clean the exterior surfaces of the vessel upon docking. Remove all fendering and sweep blast clean. Apply new Non-skid preservation system to the main-deck and deck house top/pilot house top. Blast and preserve underwater hull, body, appendages, and freeboard surfaces, deck house, pilot house, mast, and antenna. Repair/reseal main mast wire. Inspect and repair shafts and rudders and associated seals and test for operability after repairs. Inspect vent-trunk/box. Perform inspections on the propellers, pitch, and balance and test for operability. Perform a �Top-End� overhaul of the QTY (2) diesel engines. Clean the heat exchangers and after coolers on the diesel engines. Inspect weld sites around the mufflers and deck stanchions. Open, clean, inspect, disinfect, certify, and preserve various tanks and voids including the fresh water system. Remove existing and install new zincs and associated hardware. Inspect diesel engines for operability. Conduct air test of tanks and voids. Perform sea trials after completion of repairs and full cure time of preservation. � The notional schedule is listed below is provided for planning purposes only. The government is not obligated to pursue this schedule or a future solicitation because of this Sources Sought. Naval Vessels TWR-7 and TWR-8 Period of Performance: July 2020 through November 2020 What/Where to Submit: Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact. Please hand or digitally sign your letter of interest and e-mail it to the Government contacts listed below, with ""TWR-7 and TWR-8 Sources Sought Response"" in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in the description shown above, and answers to the following specific questions. Please limit your response to no more than 5 pages. 1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,250 or less employees)? 2. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance. 3. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? 4. Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the TWR-7 and TWR-8 package? When to Submit: Responses are requested no later than 11:00AM PST, on 27 March 2020. Notice Regarding Sources Sought: This sources sought is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This sources sought does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not seeking proposals at this time, nor accepting unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this source sought; all costs associated with responding to this source sought will be solely at the interested party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Beta SAM website (beta.sam.gov). It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 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 sources sought announcement is released in accordance with FAR 15.201. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f3a07764e05a4fbabdc17ac6c832e32c/view)
 
Record
SN05596186-F 20200322/200320230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.