Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2021 SAM #7258
SOLICITATION NOTICE

J -- YC 1476 and YC 1489: Maintenance, Repair, and Preservation

Notice Date
10/13/2021 8:24:50 AM
 
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
N4523A22R1058
 
Response Due
10/28/2021 8:00:00 AM
 
Archive Date
11/12/2021
 
Point of Contact
Nick Crowell, Chris Campbell
 
E-Mail Address
nicholas.a.crowell@navy.mil, chris.campbell@navy.mil
(nicholas.a.crowell@navy.mil, chris.campbell@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 on YC 1476 & 1489. The YC 1476 & YC 1489 equipment characteristics can be found in section 1.1 of the attached draft Statement of Works (SOWs). The contractor�s facility must possess the capability of accommodating the YC�s with the characteristics as found in the SOWs. Coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR) for the transport of the craft(s) to the Contractor�s facility. Dock, wash, and clean the exterior surfaces of the vessel(s)�upon docking. Blast and preserve all exterior surfaces of the vessel(s). Shift the vessel(s) on the blocks to achieve 100 percent preservation of underwater hull. Remove existing and install new zinc anodes. Hull and main deck measurement of plating thickness and repair of areas below minimum thickness. Vessel(s) require inspection for damage and deterioration. Apply new non-skid system to main deck. Open, clean, inspect, and test tanks. Accomplish preservation of 6 tanks in their entirety. Undock the vessel(s). Verify vessel drawings and provide to the government, redline drawings to reflect actual conditions of this vessel. Arrange and coordinate the return of the vessel back to PSNS at the completion of the contract with the Contracting Officer via the COR. The expected Period of Performance (PoP) is scheduled to be from 2 Feb 2022 through 28 April 2022. The Government is contemplating a total small business set-aside under the North American Industry Classification System (NAICS) 336611, size 1,250 employees. The Government intends to post a request for proposals in October 2021 and anticipates award of the Firm-Fixed Price, stand-alone contract in January 2022 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://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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/230c37dfb91e473cb37a9f7f4310be63/view)
 
Place of Performance
Address: WA, USA
Country: USA
 
Record
SN06156617-F 20211015/211013230110 (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  © 1994-2020, Loren Data Corp.