SOLICITATION NOTICE
J -- Maintenance, Preservation, and Repair of TWR-7 and TWR-8
- Notice Date
- 3/31/2020 10:30:56 AM
- Notice Type
- Presolicitation
- 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
- 4/16/2020 10:00:00 AM
- Archive Date
- 05/01/2020
- 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) in Bremerton, WA intends to award a stand-alone Firm-Fixed Price contract to accomplish maintenance, preservation, and repair of two Naval Vessels, TWR-7 and TWR-8. Work will be accomplished at the Contractor's facility. TWR-7 and TWR-8 have the following specifications: 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 The contractor�s facility must possess the capability of accommodating each TWR (TWR-7 and TWR-8) with the dimensions as stated above. For planning purposes, vessels will be delivered one at a time. Once work package is complete for the first vessel, first vessel will be picked up and then the second vessel will be delivered. 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 expected Period of Performance is to be 15 July 2020 to 17 November 2020. � The Government is contemplating a 100% small business set-aside under the North American Industry Classification System (NAICS) 336611, size 1,250 employees. The Government intends to post a request for proposals in April 2020 and anticipates award of the Firm-Fixed Price, stand-alone contract in June 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://beta.sam.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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a8e6ea9a36e74a998cdcd014d01ab489/view)
- Record
- SN05605583-F 20200402/200331230147 (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 |