SOLICITATION NOTICE
J -- Maintenance/Repair CAISSON 1
- Notice Date
- 6/2/2014
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
- ZIP Code
- 98207-5005
- Solicitation Number
- N4523A-14-R-0004
- Archive Date
- 7/2/2014
- Point of Contact
- Pamela. L. Evans, Phone: 3604754452, Spencer Butherus, Phone: 3604764091
- E-Mail Address
-
pamela.l.evans1@navy.mil, spencer.butherus@navy.mil
(pamela.l.evans1@navy.mil, spencer.butherus@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Regional Maintenance Center (RMC) Puget Sound Naval Shipyard Bremerton, WA intends to award a Firm Fixed Price Stand Alone contract for the repair and maintenance of a caisson( watertight retaining structure), located at Naval Base Kitsap, Bangor, Washington. Firms possessing the capabilities and qualifications would provide labor, material, and services to accomplish repairs, maintenance, and refurbishment of a caisson. Repairs and services shall include (but are not limited to) test and inspection, towing, temporary services, cleaning and sanitizing, and the potential of periodic docking. Repairs and refurbishment may include all hull, mechanical, and electrical systems; and all repair and maintenance of the watertight retaining structure at the end of a dry-dock (caisson). Contractor's dry-dock must be capable of facilitating and accomplishing the dry-dock of the caisson with the following measurements: L 108' x W 18' x H 65' and draft of 35'. The work includes, but is not limited to maintenance, repair, and preservation of the caisson. The period of performance for this acquisition is 134 days. The offerors dry-docking facility must meet Dry-Dock Facilities Certification. Master Agreement for Repair and Alteration of Vessels: Master Ship Repair Agreement (MSRA) and Agreement for Boat Repair (ABR) certification required, or offeror must be able to demonstrate equivalent manpower job skills, and plant and equipment resources, as a requisite for MSRA/ABR certification. The Government intends to award a Firm Fixed Price Stand Alone contract on the basis of lowest price technically acceptable in accoradnace with, but not limited to the Federal Acqisition Regulation (FAR) 15.101-2. the factors and associated sub factors will evaluate and offerors Technical, Past performance, and Price. INFORMATION FOR POTENTIAL OFFERORS This Pre-Solicitation Synopsis is for informational purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government intends to post a solicitation on or about 20 June 2014. Offerors can view and/or download the solicitation, and any attachments, at https://www.fbo.gov when it becomes available. All Offerors must be registered with System for Award Management ( SAM ) to receive award of Government contracts. Offerors are also advised that these representations and certifications can be completed electronically via the System for Award Management website at http://www.sam.gov. The Government does not intend to award a contract on the basis of this Synopsis or otherwise pay for the requested information. The Government will not provide a debriefing on the results of this information nor will respondents be contacted regarding information gathered. No letters and/or results will be issued to the participants. No basis for claim against the Government shall arise as a result of this Synopsis or Government use of any information provided. Potential offerors who have the skills, capabilities, and qualifications to perform the described project are invited to provide feedback via email to pamela.l.evans1.navy.mil. All questions regarding this pre-solicitation shall be submitted in writing no later than three (3) days before the pre-solicitation closing date of 17 June 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A-14-R-0004/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN03382157-W 20140604/140602234201-5971998925a45d1eae6cf5822ef90488 (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 |