SOLICITATION NOTICE
J -- YON-326 Maintenance Repair & Preservation
- Notice Date
- 6/3/2020 4:14:39 PM
- 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
- N4523A20R1082
- Response Due
- 6/18/2020 4:00:00 PM
- Archive Date
- 07/03/2020
- Point of Contact
- Bailey Juvinall, Contract Specialist, Phone: 3604765708, Gary Binder, Contracting Officer, Phone: 360-476-5706
- E-Mail Address
-
bailey.juvinall@navy.mil, gary.binder@navy.mil
(bailey.juvinall@navy.mil, gary.binder@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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: September 2020 to November 2020. The Government is contemplating a total (100%) small business set-aside. �The Government intends to post a request for proposals in June 2020 and anticipates award of the Firm-Fixed Price, stand-alone contract in August 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. �Please note that these dates may be subject to longer schedule change. �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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9f588fc3a17f492bb67c6b517a454f61/view)
- Place of Performance
- Address: WA, USA
- Country: USA
- Country: USA
- Record
- SN05678598-F 20200605/200603230148 (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 |