Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2014 FBO #4628
MODIFICATION

J -- Overhaul/Repair of Barge YFN-1288

Notice Date
7/25/2014
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, SUPSHIP Bath, 574 Washington Street, Bath, Maine, 04530-1916
 
ZIP Code
04530-1916
 
Solicitation Number
N62786-14-T-0001
 
Archive Date
9/10/2014
 
Point of Contact
Glen D. Deveaux, Phone: 2074422355, Gregory Bird, Phone: 2074422330
 
E-Mail Address
glen.deveaux@supshipba.navy.mil, gregorybird@supshipba.navy.mil
(glen.deveaux@supshipba.navy.mil, gregorybird@supshipba.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N62786-14-T-0001 applies. Proposals must be received by 12:00 p.m. EST on Tuesday, August 26, 2014 to be considered. The RFQ-incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 and DFARS Publication Notice (DPN) 20130328. Supervisor of Shipbuilding, Bath, Maine intends to award a firm-fixed price contract in accordance with FAR 13.302. This requirement is set-aside for all categories of small business to include 8(a), HUBZone, Veteran-Owned, Woman-Owned Small Business, etc., and only qualified offerors may submit bids. The proposed acquisition is being processed utilizing Simplified Acquisition Procedures on a competitive basis. It is anticipated that award will take place on or before September 15, 2014. The North American Industry Classification System Code (NAICS) is 336611 with a small business size standard of 1,000 employees. SUPSHIP Bath has a requirement to contract for the following items: CLIN 0001: Overhaul/Repair of Barge YFN-1288 (YFN-1288). The work includes, but is not limited to, SLIN 0001AA Control of Hazardous Waste Produced on Naval Vessels, SLIN 0001AB Inspect and Repair Underwater Hull, SLIN 0001AC Bulkwark removal, SLIN 0001AD Preserve, repair and clean Void, SLIN 0001AE Roller Chock removal (OPTION ITEM) SLIN 0001AF Replace Lifeline and Stanchion, SLIN 0001AG Replace Weathertight Door (OPTION ITEM), SLIN 0001AH Preserve Underwater Hull and Freeboard, SLIN 0001AJ Replace Hull Zinc Anode, SLIN 0001AK Exterior Non-Skid and Deck Preservation, SLIN 0001AL Replace Office Furniture, SLIN 0001AM Provide Towing Services, SLIN 0001AN Provide Temporary Service, SLIN 0001AP Accomplish Cleaning and Pumping, SLIN 0001AQ Accomplish Drydocking and Undocking. The Government intends to award to the vendor whose quote represents the best value to the Government, price and past performance considered, with price being significantly more important than past performance. All interested parties need to contact Jeffery Mason, Gregory Bird, Julie Brillard-Haley, and Glen Deveaux via e-mail at Jeffery.mason@supshipba.navy.mil, Gregory.Bird@supshipba.navy.mil, Julie.brillard@supshipba.navy.mil, or Glen.deveaux@supshipba.navy.mil to receive the detailed solicitation, work specifications, and drawings. Vendors must provide valid Commercial and Government Entity (CAGE) Code, DUNs number, and Tax ID Number. To be eligible for award, you must be within 150 mile radius of Portsmouth Naval Shipyard in Portsmouth, New Hampshire and you must properly register in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. All vendor questions and inquiries are to be in writing to Jeffery J. Mason at Jeffery.mason@supshipba.navy.mil, Gregory Bird at Gregory.bird@supshipba.navy.mil, Julie Brillard-Haley at Julie.brillard@supshipba.navy.mil, or Glen Deveaux at Glen.deveaux@supshipba.navy.mil and must be received prior to 12:00 p.m. EST on Monday, August 18, 2014. The following provisions and clauses apply to this procurement: FAR 52.204-4; FAR 52.204-7; FAR 52.204-13; FAR 52.209-2; FAR 52.209-7; FAR 52.212-1; FAR 52.212-2; FAR 52.212-3; FAR 52.212-4; FAR 52.212-5; FAR 52.215-5; FAR 52.217-7; FAR 52.219-1; FAR 52.219-4; FAR 52.222-25; 52.222-50; FAR 52.223-3; FAR 52.223-4; FAR 52.232-33; FAR 52.233-1; FAR 52.233-4; FAR 52.242-15; FAR 52.242-17; FAR 52.243-1 Alt I; FAR 52.245-1; FAR 52.245-9; FAR 52.247-34; FAR 52.252-1; FAR 52.252-2; DFARS 252.203-7002; DFARS 252.204-7003; DFARS 252.204-7004 Alt A; DFARS 252.204-7006; DFARS 252.204-7008; DFARS 252.209-7995 (Dev); DFARS 252.211-7007; DFARS 252.212-7002; DFARS 252.223-7001; DFARS 252.232-7006; DFARS 252.243-7001; DFARS 252.245-7002; DFARS 252.245-7003; NAVSEA 5252.217-9121; HQ C-2-0021; HQ C-2-0038; HQ G-2-0009
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62786/N62786-14-T-0001/listing.html)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN03439152-W 20140727/140725235605-af2fbf9dfb301b40b140b7c35448e345 (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.