SOURCES SOUGHT
J -- YC-1633 Maintenance, Repair, and Preservation
- Notice Date
- 4/17/2020 10:28:19 AM
- 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
- N4523A20R1081
- Response Due
- 4/27/2020 12:00:00 PM
- Archive Date
- 05/12/2020
- Point of Contact
- Bailey Juvinall, Phone: 3604765708, Gary Binder, Phone: 3604765706
- E-Mail Address
-
bailey.juvinall@navy.mil, gary.binder@navy.mil
(bailey.juvinall@navy.mil, gary.binder@navy.mil)
- 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 docking of and performance of maintenance, repair and preservation work in support of one (1)�Open Lighter Barge�YC-1633.� All work shall be accomplished at the Contractor's facility.� YC-1633 Yard Craft Barge Characteristics Built by Orange Shipbuilding Co., Inc. Age is approx. 30 YRS Length of 110 FT������������������� Draft of 6 FT Width of 32 FT���������������������� Full Displacement is approx. 659 L Tons Light Load is approx. 115 L Tons Hull Type is Steel������������������ ����������� Geographical Area of consideration: This vessel is home ported at PSNS&IMF, WA.� To facilitate proper government oversight, the facility shall be located in the Puget Sound, WA region.� For this procurement, the Puget Sound, WA region is defined as the West Coast of the continental US, starting from Olympia, WA and extending northward to Bellingham, WA. The Government is seeking responses from sources that can perform the following work: Coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR) to deliver the vessel to the Contractor�s facility.� Upon docking vessel, wash and clean vessel. Upon docking vessel, wash and clean vessel. Remove existing and install new zinc anodes. Blast and preserve all exterior surfaces of the vessel. Accomplish a visual test inspection and ultrasonic test (UT) inspection of the underwater body, hull, freeboard, and main deck surfaces. Open, pump, clean, ventilate, gas free, and maintain dry each tank/void on the vessel. Accomplish a visual inspection of the interior surfaces of each tank. Accomplish repairs to rubber fenders. Accomplish repairs to watertight hatch. Replace manholes covers and assemblies. Accomplish tank/void preservation. Accomplish an air test of each tank/void. Magnetic Particle test tow padeye. Preserve tow bridle box. Repair zinc studs. Install new non-skid to the main deck surfaces. Undock the vessel.� Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. The Estimated Period of Performance for this potential requirement is estimated to be 23 September 2020 through 8 December 2020.� What/Where to Submit: Interested companies should submit, on company letterhead, a notice of interest including the name, Cage Code, DUNS number, telephone number, mailing address and e-mail address of a minimum 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 ""YC-1633 - 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 3 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 YC-1633 package? When to Submit: Responses are requested no later than 12:00 PM PST, on 27 April 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 sources sought; all costs associated with responding to this sources 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 Federal Business Opportunities (FedBizOpps) website.� 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. Bailey Juvinall Contract Specialist bailey.juvinall@navy.mil 360-476-5708 Gary Binder Contracting Officer gary.binder@navy.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fb35fbf5a0144a36b2be5aeab60b8a20/view)
- Place of Performance
- Address: WA, USA
- Country: USA
- Country: USA
- Record
- SN05625233-F 20200419/200417230148 (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 |