Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2024 SAM #8079
SOLICITATION NOTICE

J -- Maintenance, Repair, and Preservation of YC-1090 & YC-1590

Notice Date
1/8/2024 2:19:56 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
N4523A24R1058
 
Response Due
1/23/2024 3:00:00 PM
 
Archive Date
02/07/2024
 
Point of Contact
Alice Robertson, Chris Davidson
 
E-Mail Address
alice.n.robertson.civ@us.navy.mil, christopher.t.davidson7.civ@us.navy.mil
(alice.n.robertson.civ@us.navy.mil, christopher.t.davidson7.civ@us.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 two (2) Open Lighter (YC-1090 & YC-1590). YC-1090 Length: 110.5 FT Width: 34.5 FT Draft: 6 FT Full Displacement: 590 L TONS Light Load: 120 L TONS Age: 78 YEARS Hull Material: STEEL YC-1590 Length: 110 FT Width: 32 FT Draft: 8 FT Full Displacement: 694 L TONS Light Load: 144 L TONS Age: 37 YEARS Hull Material: STEEL The contractor's facility must possess the capability of accommodating two (2) Open Lighter (YC-1090 & YC-1590) 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. YC-1090 Scope Overview: 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. Dock, wash, and clean exterior vessel surfaces; Open, pump, clean, ventilate, gas free, and maintain dry tanks; Replace zinc anodes; Repair hull and freeboard; Blast and preserve the underwater body, hull, freeboard, and main deck surfaces; Accomplish visual and Ultrasonic Test (UT) inspections; Repair steel half pipe fenders; Blast and preserve tanks; Air test tanks;� Replace hatch door dogs;� Replace main deck non-skid; Repair roller chocks;� Undock the vessel.� Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. YC-1590 Scope Overview: 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. Dock, wash, and clean exterior vessel surfaces; Open, pump, clean, ventilate, gas free, and maintain dry tanks; Replace zinc anodes; Repair hull and freeboard; Blast and preserve the underwater body, hull, freeboard, and main deck surfaces; Accomplish visual and Ultrasonic Test (UT) inspections; Blast and preserve tanks; Air test tanks; Replace main deck non-skid; Undock the vessel.� Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. The expected Period of Performance is scheduled to be 11 June 2024 to 5 September 2024. The Government is contemplating a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,300 employees. The Government intends to post a request for proposals in February, 2024 and anticipates award of the Firm-Fixed Price, stand-alone contract in May 2024 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://www.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.� Contracting Officer Address: Puget Sound Naval Shipyard Code 400 STOP 2026, 1400 Farragut Avenue, Bremerton, WA 98314-2026 Point of Contact: Primary: Alice Robertson Contract Specialist alice.n.robertson.civ@us.navy.mil Alternate: Christopher Davidson, Contracting Officer christopher.t.davidson7.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c4cb5d237d894506846679a8aa92801c/view)
 
Place of Performance
Address: WA, USA
Country: USA
 
Record
SN06929478-F 20240110/240108230043 (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.