Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SOLICITATION NOTICE

J -- Compass Deviation Check and Calibration

Notice Date
9/12/2025 9:28:48 AM
 
Notice Type
Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
STRATEGIC WEAPONS FAC PAC FINANCIAL SILVERDALE WA 98315-6499 USA
 
ZIP Code
98315-6499
 
Solicitation Number
N6471025Q4502
 
Response Due
9/17/2025 5:00:00 PM
 
Archive Date
10/02/2025
 
Point of Contact
Tabbatha Austin, Phone: 3605643069, Lacy Campochiaro, Phone: 3605642396
 
E-Mail Address
tabbatha.austin@swfpac.navy.mil, lacy.campochiaro@swfpac.navy.mil
(tabbatha.austin@swfpac.navy.mil, lacy.campochiaro@swfpac.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
***Please see attached Questions and Answers that have been provided as Amendment 1. In addition, the offer due date has been extended to 17 September 2025 @ 5:00 PM local time. PERFORMANCE WORK STATEMENT (PWS) U.S. NAVY 33-FOOT PATROL BOAT (33BP) COMPASS DEVIATION-CHECK & CALIBRATION 1. General: This is a non-personal services requirement to identify and document the magnetic deviation of four (4) magnetic compasses onboard four U.S. Navy 33-foot patrol boats (33PB), and calibrate the same four compasses to less than five degrees of deviation when operating the respective vessel on the magnetic compass headings noted below. If the contractor performing this work is unable to calibrate each compass to less than five degrees of deviation on the magnetic compass headings specified below, the contractor will calibrate each compass to the minimum possible deviation on any of the specified compass headings. The Government will operate each of the four 33PBs in the Hood Canal and Dabob Bay, for the vendor to identify, document and correct magnetic compass deviations. The Government shall not supervise contractor employees or control the method by which the contractor performs the required tasks . The contractor is responsible for managing its employees and complying with all requirements of this Performance Work Statement (PWS) and contract. COMPASS DEVIATION (See table in Solicitiation PWS) 1.1 Description of Services/Introduction: The contractor performing this work shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, hazardous materials handling, and other items, and non-personal services necessary to perform the work specified. The contractor shall perform to the standards in this contract. 1.2 Background: Strategic Weapons Facility Pacific (SWFPAC) requires the procurement of these services to maintain the magnetic compasses, which are a component of the 33-foot patrol boats which are used to support the U.S. Navy mission in the Hood Canal, Puget Sound, and Strait of Juan de Fuca. 1.3 Objective/Scope: Identify and document the magnetic compass deviation on four (4) 33PBs Calibrate the magnetic compasses on four (4) 33PBs to less than five degrees of deviation, or the minimum possible deviation on any of the specified compass headings. 1.4 Period of Performance: The period of performance shall be completed within 30 days from date of contract award. 1.5 Place of Performance: Naval Base Kitsap (NBK) Bangor � Keyport Bangor (KB) Docks, Hood Canal and Dabob Bay, located in Kitsap County, in Washington (WA) state. 1.5.1 Hours of Operation: The contractor performing this work is responsible for conducting business, between the hours of 0720 to 1600 Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The contractor performing this work must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.5.2 Recognized Holidays: The contractor is not required to perform services on federal holidays. The list of current federal holidays can be found here: https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/ 1.6 Security Requirements: Contractor personnel performing work under this contract must have the ability tto gain access to Naval Base Kitsap � Bangor, WA. Base access may be granted using the Rapid Gate System, DBIDS System, or other approved base access system at the Contractor�s expense. Contractors will be required to apply for a visitor badge (BAVR request) at https://www.bavr.cnic.navy.mil/. Coordination of the visitor badge will be through the Government Point of Contract. The contractor should note that the Bangor Main Gate Pass & ID is open from 0700-1430, Monday through Friday. Access badges can be picked-up any time after receiving the approval email. If the work performer plans to pick-up the access badge on the first day requiring access, please consider the following recommendations: Arrive at Bangor Main Gate by 0530, to get to the head of the line, or; go to the Naval Base Keyport Main Gate Pass & ID (give yourself 60-90 minutes to process through). The contractor will note that proof of U.S. citizenship is required. Acceptable proof of U.S. citizenship is a current U.S. Passport, or certified birth certificate. Installation access will not be granted without proof of U.S. citizenship. 1.7 Physical Security: The contractor shall be responsible for safeguarding all Government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials will be secured. 1.8 Government Technical Points of Contact (TPOC): The TPOC(s) monitor all technical aspects of the work specified herein. The TPOC(s) are NOT authorized to change any of the terms and conditions of this PWS. 1.9 Government Operators: U.S. Coast Guard (USCG) Active Duty personnel are funded by the U.S. Navy to operate the 33PBs. U.S. Coast Guard personnel will operate the 33PBs to perform the work required by this PWS, but they are NOT authorized to change any of the terms and conditions of this PWS. In addition, USCG personnel are not authorized to direct changes to the configuration of U.S. Navy property and U.S. Navy maintenance policies practices and procedures. If the contractor believes any USCG personnel have effectively issued a change resulting in a change in effort and price/cost of this PWS, or a change to the configuration or life-cycle sustainment policies practices and procedures of U.S. Navy property, the Contractor shall immediately notify the Government in writing. Only a warranted Contracting Officer is authorized to make modifications/changes to the terms and conditions of this PWS. 1.10 Contract Manager: The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the Government. The Contract Manager or alternate shall have full authority to act for the contrctor on all PWS matters relating to execution of this PWS. 1.11 Identification of Contractor Employees: All contractor personnel are required to identify themselves as such to avoid creating an impression that they are Government personnel. All contractor personnel are required to wear their Government issued badge on the exterior of their clothing, above the waistline, on the front of their body, that clearly identifies who they are. 1.12 Safety Issues: The work described herein is primarily located in an industrial work area and aboard U.S. Navy 33-foot patrol boats. Compliance with safety regulations and protocols is paramount. The Contractor is responsible for maintaining compliance with Occupational Safety and Health Administration (OSHA) requirements for tasks performed, including ensuring personnel are trained for specific tasks and equipped with appropriate personnel protective equipment. 2. GOVERNMENT FURNISHED ITEMS: 2.1 Government Furnished Equipment: Four U.S. Navy fueled 33PBs with magnetic compasses. 3. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 3.1 General: The Contractor will furnish all supplies, equipment, facilities and services required to perform work in this PWS. 3.2 Travel: The Contractor is responsible for transporting contractor personnel between the Contractor�s facility and NBK Bangor, WA.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ef91681423e94aaf8e93a2962aae3876/view)
 
Place of Performance
Address: Silverdale, WA 98315, USA
Zip Code: 98315
Country: USA
 
Record
SN07588772-F 20250914/250912230041 (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.