MODIFICATION
J -- Maintenance on IX-546
- Notice Date
- 1/24/2017
- Notice Type
- Modification/Amendment
- 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
- N4523A17R0012
- Archive Date
- 2/23/2017
- Point of Contact
- Joseph Lownik, Phone: 3604764072, Gary E. Binder, Phone: 3603402940
- E-Mail Address
-
joseph.lownik@navy.mil, gary.binder@navy.mil
(joseph.lownik@navy.mil, gary.binder@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Regional Maintenance Center at Puget Sound Naval Shipyard, Bremerton, Washington intends to award a Firm-Fixed-Price, Stand-Alone contract for the repair and maintenance of Compensating Barge (IX-546) located at Naval Station Everett, Washington. Firms possessing the capability and qualifications would provide the labor, material, and services to dock, wash, and clean the exterior surfaces of the vessel upon docking. Remove all fendering and replace all fendering fasteners. Blast, Inspect and Preserve the underwater Hull. Replace Zinc Anodes. Repair Fender Brackets. Repair Deck Coaming drain couplings. Open, Clean, Inspect and preserve Tanks/Voids. Renew nonskid on the Main Deck, Machinery Top Deck and Portable Shelter Top Deck. Accomplish preservation to the Superstructure. Accomplish Raw Water Suction and Cargo Suction valve repairs. Accomplish Cargo Piping Preservation. Undock the vessel. Contractors' dry-dock facility must possess the capability of accommodating vessels with the following dimensions: Compensating Barge (IX-546): L 165' x W 42' with a Draft of 8' Full Displacement: 1776 Tons Light Load: 297 Tons The anticipated period of performance for this acquisition is 16 May 2017 2017 to 02 August 2017. The Government intends to award a Firm-Fixed Price, Stand Alone contract to the responsible contractor on a lowest price, technically acceptable basis in accordance with the Federal Acquisition Regulation (FAR) 15.101.2. The factors and associated sub-factors will be used to evaluate any offerors Technical, Past Performance, and Price. INFORMATION FOR POTENTIAL OFFERORS The Government is contemplating a full & open solicitation under the North American Industry Classification System (NAICS) Code 336611 with a size standard of 1,250 employees applies. This Synopsis is for informational and planning 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 February 13, 2016. 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 the System for Award Management (SAM) to receive award of Government contracts. Offerors are also advised that 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 based on this Synopsis or otherwise pay for the requested information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A17R0012/listing.html)
- Record
- SN04379577-W 20170126/170124234743-d45c75170c9bbae6ca83a45105fafa1a (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 |