Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 17, 2023 SAM #7752
SOLICITATION NOTICE

J -- YC-1569 and YC-1570

Notice Date
2/15/2023 11:09:15 AM
 
Notice Type
Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A23R1056
 
Response Due
2/23/2023 12:00:00 PM
 
Archive Date
12/31/2023
 
Point of Contact
Jeff Jaeckel, Brittany N Chartier
 
E-Mail Address
jeff.a.jaeckel.civ@us.navy.mil, brittany.n.chartier.civ@us.navy.mil
(jeff.a.jaeckel.civ@us.navy.mil, brittany.n.chartier.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS and IMF), Bremerton, Washington intends to award a stand-alone Firm-Fixed-Price contract to accomplish maintenance, repair and preservation of two (2) Open Lighter Barges (YC-1569 and YC-1570). The YC-1569 characteristics are steel hull material, 80 years old, 110 FT length, 30 FT width, 4 FT draft, 350 tons full displacement and 100 tons light load. The YC-1570 characteristics are steel hull material, 78 years old, 110 FT length, 34 FT width, 11 FT 3 Inches draft, 590 tons full displacement, and 170 tons light load. The Contractors facility must possess the capability of accommodating two (2) Open Lighter Barges (YC-1569 and YC-1570) with the dimensions as stated above. 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. Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officers Representative (COR) to deliver the vessels to the Contractors facility. Dock, wash, and clean the exterior surfaces of the vessels upon docking. Accomplish air test on steel bumpers. Blast and preserve all exterior surfaces of the vessels. Shift the vessels on the blocks to achieve 100 percent preservation of underwater hull. Remove existing and install new zinc anodes. Hull and main deck require ultrasonic measurement of plating thickness and repair of areas below minimum thickness. Vessels requires inspection for damage and deterioration (hull, main deck, and tanks/voids?plating and framing). Apply new non-skid system to main decks. Open, clean, inspect, and test 6 EA tank/void per vessel. Accomplish partial preservation of 6 EA tanks/voids Quantity (1000 SQ FT) per vessel. Undock the vessels. Verify vessels drawings and provide to the government, redline drawings to reflect actual conditions of this vessel. Arrange and coordinate the delivery of the vessels back to the Government with the Contracting Officer via the COR. The expected Period of Performance is scheduled to be 3 May 2023 to 20 July 2023. This is a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,250 employees. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/18cb9342250642a89d4cd3ab63069c0c/view)
 
Record
SN06592255-F 20230217/230215230113 (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.