Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2011 FBO #3647
SOLICITATION NOTICE

J -- Depot-level preservation of submarines, carriers, and surface ships

Notice Date
11/17/2011
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
N4523A NORTHWEST REGIONAL MAINTENANCE CENTER, BREMERTON, WA 1400 Farragut Ave Puget Sound Naval Shipyard Bremerton, WA
 
ZIP Code
00000
 
Solicitation Number
N4523A12R0003
 
Response Due
12/5/2011
 
Archive Date
12/20/2011
 
Point of Contact
BJ Pastorella (360) 476-4318
 
E-Mail Address
rebecca.pastorella@navy.mil
(rebecca.pastorella@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
In support of Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) the Northwest Regional Maintenance Center, Industry Management Department (NWRMC) will be issuing a solicitation, solicitation number N4523A-12-R-0003, on or about 05 December 2011 to perform depot level preservation on USS Naval Submarines (SSN, SSBN & SSGN Class), USS Naval Carriers, and assorted surface ships located at Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, WA (Controlled Industrial Area), Naval Base Kitsap, Bremerton, WA and Naval Base Kitsap, Bangor, WA (Waterfront Restricted Area) and Naval Station Everett, WA and other locations under the Area of Responsibility of Northwest Regional Maintenance Center (NWRMC). The estimated closing date for Government receipt of offers is on or around 05 January 2012 with contract award expected on or around 30 April 2012. The maximum value of the contract including the base and four (4) option years will not exceed $94.5M. The anticipated contract will be an Indefinite-Delivery/Indefinite-Quantity (IDIQ), Single Award, Firm Fixed Price (FFP) contract with Fixed Price Level of Effort (LOE) line items. The type of contract and line item(s) utilized will be determined with the issuance of each individual delivery order after award of the basic contract. The minimum guarantee of $500K will be obligated at time of contract award. For USS Naval Submarines - Typical work performed may include blasting, painting, and surface preparation for complete or touch-up preservation for the Main Ballast Tank, Interior and Exterior Tanks, bow structure, external and interior Sail, free floods, bow dome areas above the boot top, exterior hull (Underwater Hull and Freeboard), and other spaces/surfaces as specified by delivery order using NAVSEA Standard Items and SUBMEPP Standards. Many of the spaces in the ballast tanks require special blasting and painting equipment because of the configuration of the structure and equipment in the tanks. For USS Naval Carriers - Typical work to be performed may include blasting, painting and surface preparation for complete or touch-up preservation of the underwater hull, freeboard, (catwalks), struts, rudders, running gear, ground tackle and sea chests. The work can also include interior tanks that require coordination and integration with other dry dock floor work or integration into the tank preservation value stream. Many of the spaces and tanks listed require special blasting and painting equipment because of configuration of the structure and equipment in the tanks. For carrier work, this contract may include areas and spaces such as vent plenums and interior tanks which require coordination and integration with other topside work. Additional work may include the installation and maintenance of enclosures, staging, structural work associated with the preservation process, and pumping and cleaning of sanitary and other tanks in specifically designated areas. Level of effort requirements may include support of Puget Sound Naval Shipyard (PSNS & IMF) preservation work and other tasks as identified in each individual delivery order. Structural work may include access cuts and repairs. This acquisition is 100% set-aside for small business, NAICS code 336611, and will be accomplished in accordance with the Walsh Healey Act (41 U.S.C. 35 et seq.) and FAR Part 15. This procurement is subject to the Buy American Act (FAR 252.225-7001 & 7002). Prospective offerors will be required to have a facilities clearance at the Confidential level or higher and shall be capable of providing a workforce which is cleared at the Confidential level, as required. However, some of the preservation effort will be accomplished at the PSNS & IMF Uncleared level. The contractor shall comply with all of the requirements for access to a Government installation for performance under this contract. The requirements may vary at each of the individual locations. The offerors will be required to identify within their proposals the actual percentage of preservation work that will be performed by the offeror should they be awarded the contract in accordance with FAR 52.219-14 Limitations on Subcontracting. Award will be made to the offeror who provides the best value to the Government on the basis of technical acceptability, past performance, and price. Offerors are advised that specific solicitation requirements could vary from those stated in this synopsis. Electronic submission of proposals/quotes will not be accepted. This solicitation and any subsequent amendments will be posted to the NECO website: https://www.neco.navy.mil. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring the website for any amendments. The Government is not responsible for any inability of the offeror to access the posted documents. Technical specification CD s can be received by contacting the Government point of contact. The Government point of contact for this solicitation will be BJ Pastorella, rebecca.pastorella@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A12R0003/listing.html)
 
Place of Performance
Address: Puget Sound Naval Shipyard
Zip Code: 1400 Farragut Avenue, Bremerton, WA
 
Record
SN02624836-W 20111119/111117234003-67a211d65dfb60e6b03c2bad0860f0ed (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.