Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 29, 2020 SAM #6726
SOLICITATION NOTICE

Z -- Overhaul Caisson and Hydraulic Operation System of Sluice Valve

Notice Date
4/27/2020 4:37:24 PM
 
Notice Type
Presolicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
NAVAL FAC ENGINEERING CMD FAR EAST FPO AP 96349-0013 USA
 
ZIP Code
96349-0013
 
Solicitation Number
N4008420B6502
 
Response Due
5/11/2020 6:00:00 PM
 
Archive Date
05/27/2020
 
Point of Contact
Keiio Ujiie, Phone: 81956502502, TIMOTHY KAROL, Phone: 01181956503461
 
E-Mail Address
keiko.ujiie1.ja@fe.navy.mil, timothy.karol@fe.navy.mil
(keiko.ujiie1.ja@fe.navy.mil, timothy.karol@fe.navy.mil)
 
Description
The proposed scope of work has two Construction Sequences. The Contractor must perform on-site work on one sequence at a time. They may not perform on-site work on both sequences simultaneously. The order in which the Construction Sequences must be performed is subject to discussions with the Contracting Officer: Construction Sequence No.1 � Overhaul Hydraulic Operation System of Sluice Valve (major work items): Overhaul hydraulic cylinder of hydraulic operating system for sluice valve. Overhaul hydraulic pump unit of hydraulic operating system for sluice valve. Remove and provide associated equipment of hydraulic pump unit. Modify electrical power supply circuit and control circuit for hydraulic pump system. Remove and provide lighting system in hydraulic pump pit. Construction Sequence No.2 � Overhaul Caisson Dry Dock No.2 (major work items): Transport caisson from present dry dock to a floating dry dock or a commercial shipyard that is approved by the Contracting Officer for repairs, and return the caisson to the present dry dock after the repairs. Install silt curtain and debris boom in front of the dry dock opening when the dry dock is filled with water. Perform visual inspection and measuring thickness of steel plates/framing members at whole areas except bottom part of the caisson being not measurable at the Dry Dock No.2, and report the intermediate visual inspection and measuring results to the Contracting Officer. Perform measuring thickness of the bottom part not measured at the Contractor�s shipyard, and report the final visual inspection and measuring results in accordance with MIL-STD-1625(SH) (Safety Certification Program for Drydocking Facilities and Shipbuilding Ways for U.S. Navy Ships) dated 27 August 2009. Provide structural repairs as required. Remove and ensure proper disposal in accordance with applicable laws and regulations of existing flooding valve system (twelve motor driven butterfly valves, accessory including selsyn (self-synchronous) transmitters, short pipes), and provide flooding valve system. Remove and ensure proper disposal in accordance with applicable laws and regulations of existing valve system for upper tanks and lower tank (eight motor driven butterfly valves, accessory including selsyn transmitters and short pipes), and provide valve system for upper tanks and lower tank. Remove and ensure proper disposal in accordance with applicable laws and regulations of existing electric control panel system (seven panels and two connection panels) at upper deck with conduit wirings for power and control, and provide electric control panel system at upper deck with conduit wirings for power and control. Remove and ensure proper disposal in accordance with applicable laws and regulations of existing vertical ladders and safety guards in lower tank and upper tanks, and provide vertical ladders in lower tank and upper tanks. Remove and ensure proper disposal in accordance with applicable laws and regulations of existing exterior vertical ladders, and provide exterior vertical ladders. Sandblast and repaint all exposed interior (void spaces: 2,594 sqm., upper and lower tanks: 1,394 sqm.) and exterior steel areas (1,204 sqm.)of the caisson structure and fittings for preservation (348 sqm.). Remove and ensure proper disposal in accordance with applicable laws and regulations of existing non-skid painting, rubber gaskets/fenders, and anodes (59 EA), and provide non-skid painting, rubber gaskets/fenders, and anodes (59 EA). Provide draft marks and side marks on the exterior surfaces. Change ship-type receptacle to general type (4 ea) in void spaces. Remove and ensure proper disposal in accordance with applicable laws and regulations of existing air supply & exhaust fans (2 ea) in void spaces,and provide air supply & exhaust fans (2 ea) in void spaces. Conduct stability analysis to ensure ample stability (i.e. GM value) are obtained even after the completion of this contract. Clean drydock to remove contamination and debris created during the wet berthing period. IAW FAR 36.204 and DFARS 236.204, the magnitude of construction is between $5,000,000 and $10,000,000 (based on FY20 Budget Rate of $1.00/JPY111.1542). LOCATION OF THE WORK:� Commander Fleet Activities Sasebo, Japan TENTATIVE DATES FOR ISSUING INVITATIONS, OPENING BIDS, AND COMPLETING CONTRACT PERFORMANCE:� �Tentatively the Invitation for Bid (IFB) will be issued on or about 12 May 2020, tentatively bids will be opened on or about 26 Jun 2020, tentatively the period of construction work is 780 days after date of award. These dates are subject to change and no updates will be made to this pre-solicitation notice. STATE WHERE PLANS WILL BE AVAILABLE FOR INSPECTION WITHOUT CHARGE: The IFB including the plans and specifications will be posted on the Governmentwide point of entry (GPE) currently located at betaSAM (https://beta.sam.gov/) and is available to be downloaded from the website free of charge. SPECIFY A DATE BY WHICH REQUESTS FOR THE INVITATION FOR BIDS SHOULD BE SUBMITTED: The IFB including the plans and specifications will be posted on the Governmentwide point of entry (GPE) currently located at betaSAM (https://beta.sam.gov/) and is available to be downloaded from the website free of charge. STATE WHETHER AWARD IS RESTRICTED TO SMALL BUSINESSES: The IFB will be issued on an unrestricted basis in accordance with FAR 6.1. SPECIFY ANY AMOUNT TO BE CHARGED FOR SOLICITATION DOCUMENTS: The IFB including the plans and specifications will be posted on the Governmentwide point of entry (GPE) currently located at betaSAM (https://beta.sam.gov/) and is available to be downloaded from the website free of charge. BE PUBLICIZED THROUGH THE GOVERNMENTWIDE POINT OF ENTRY IN ACCORDANCE WITH 5.204. The IFB including the plans and specifications will be posted on the Governmentwide point of entry (GPE) currently located at betaSAM (https://beta.sam.gov/) and is available to be downloaded from the website free of charge.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1d7a2239e42f4e528fb541b65822da80/view)
 
Place of Performance
Address: Sasebo , JPN
Country: JPN
 
Record
SN05636905-F 20200429/200427230146 (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.