Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2024 SAM #8418
SOURCES SOUGHT

20 -- YOKOHAMA HYDRO PNEUMATIC SUBMARINE FENDERS

Notice Date
12/12/2024 3:28:57 PM
 
Notice Type
Sources Sought
 
NAICS
325212 — Synthetic Rubber Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR PUGET SOUND BREMERTON WA 98314-5100 USA
 
ZIP Code
98314-5100
 
Solicitation Number
N0005224RC0042D
 
Response Due
1/12/2025 12:00:00 PM
 
Archive Date
01/27/2025
 
Point of Contact
Nicole Logan, Denise Manor
 
E-Mail Address
nicole.d.logan.civ@us.navy.mil, Denise.e.manor.civ@us.navy.mil
(nicole.d.logan.civ@us.navy.mil, Denise.e.manor.civ@us.navy.mil)
 
Description
The NAVSUP Fleet Logistics Center, Puget Sound is conducting a market survey to determine the interest and capability of Industry to participate in a competitive acquisition for the Hydro Pneumatic Submarine Fenders and Accessories as follows: Technical Specifications: (2) New Hydro-Pneumatic Submarine Fenders (black); Meeting ISO standards 17357-1:2014 Size: 4.5 x 9.0m Long and 3.3m diameter x 10.6m length Yokohama, original, vertically positioned, 0.8kgf/cm� internal pressure (0.5kgf/cm� operating pressure) Minimum burst pressures shall be no less than 5.7 kgf/cm� Installed PSI gauges Modified Top Plate that allows for testing of the safety valve in operation Each Hydro-Pneumatic Submarine Fender body is to be constructed with an outer rubber layer, reinforcing cord layers and an inner rubber layer All three layers are to be bonded together by a combination of heat and pressure over a period of time in a vulcanizing oven To provide maximum strength and safety, the outer skin of a submarine fender must be thicker than the normal surface fender Once completed, the fenders are to be pressure tested before release Flange openings shall be sited at the top end of the fender in order to facilitate water charge and discharge Fender shall be fitted with a safety valve to enable excess pressure to be released, should over-compression or over-inflation occur Minimum Accessories per fender: (1) Counterweight 8 no 17-ton safety bow shackles 2 x 12 m lengths of 40 mm open link chain 1 x 20 m length of 32 mm open link chain 3 x chain links @ 38 mm 2 x 6 m lengths of layflat hose 1 x 35-ton safety bow shackle 2. Testing 2.1 The manufacturer shall perform all hydro-pneumatic fender testing and successfully meet the requirements of ISO 17357:2002. 3. Preservation, Packaging, Packing & Marking Requirements: 3.1 All Hydro-Pneumatic Fenders shall be marked in accordance with Clause 10 of ISO 17357:2002(E), which includes: -Size (Diameter and Length) -Initial Internal Pressure -Date of Manufacture or its abbreviation -Full or abbreviated name of Manufacturer -Individual Serial Number -Type of Reinforcement Layer -For the markings of the manufacturer, for internal pressure rating and size, letter heights shall be 100 mm minimum and of a suitable finish to enable clear identification. -Marking/numbering of Fender Storage and Installation Containers shall be according to ISO 6346, and the date-made and manufacturer shall be identified by additional marking. Fenders are required to be original Brand Name Only Yokohama Brand and must fully comply with ISO 17357-1:2014 Delivery for use shall be Naval Base Kitsap, Bremerton, WA. Commander Navy Region Northwest (CNRNW) Port Operations is a service-oriented program that directly contributes to the current and future readiness of the Fleet. Port Operation�s job is to help provide �Installation Ready to Support Taskings� and thereby enhance readiness of the Fleet through Berthing and Hotel Services, Port Logistics, Port Operations Center, Tug and Small Craft Services, Magnetic Silencing Facility, Oil Spill Response and Recovery. In order to maintain consistent and reliable shore support, CNRNW requires the replacement of it�s berthing equipment as required due to regular use and ecological wear. Fleet Logistics Center Puget Sound anticipates awarding a Single Firm-Fixed-Price contract for these commercial supplies. The NAICS Code for this acquisition is 325212, Synthetic Rubber Manufacturing, and the size standard is 1,000 employees. These services are highly technical and are not covered by the Service Contract Act. The purpose of this notice is to gather information about available businesses that can provide the required supplies in accordance with the salient characteristics included the attached Statement of Work (SOW). In response to this sources sought synopsis, please provide, via E-MAIL ONLY; your CAGE, point of contact to include a phone number and email address, and whether your company is large, small, disabled vet, woman owned, SDB, or hub zone. Interested parties are allowed to submit a capabilities statement which does not exceed 5 single spaced pages/times new roman font/12pt. Capabilities shall include a clear demonstration of successful performance in the same or similar skills and expertise areas as well as, the contractor�s resources in cleared personnel, and intellectual property, if applicable. Please note experience and capabilities specific to the requirement set forth in the SOW. NO BROCHURES PLEASE. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability and adequacy of potential competitive sources prior to issuing a Request for Proposal (RFP). The Government is not obligated to and will not pay for information received as a result of this synopsis. A draft statement of work is attached. Interested parties should submit above information in electronic Microsoft Word or PDF format to the Contract Specialist, Nicole Logan, via email to: Nicole.d.logan.civ@us.navy.mil . Submissions must be received via email no later than the date and time listed in this synopsis. Questions or comments regarding this notice shall be addressed to the Contract Specialist in writing and via EMAIL ONLY. No phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/78c86687e0cd49fbb3fdb504875be5d7/view)
 
Place of Performance
Address: WA 98314, USA
Zip Code: 98314
Country: USA
 
Record
SN07290981-F 20241214/241212230122 (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.