Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 30, 2017 FBO #5790
SOLICITATION NOTICE

19 -- Maintenance, Repair and Preservation of YC-800 and 804 - YC-804 Draft SOW - YC-800 Draft SOW

Notice Date
9/28/2017
 
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
N4523A18R0002
 
Archive Date
10/16/2017
 
Point of Contact
Christopher D. Campbell, Phone: 3604765708, Gary Binder, Phone: 360-476-5706
 
E-Mail Address
chris.campbell@navy.mil, gary.binder@navy.mil
(chris.campbell@navy.mil, gary.binder@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work, YC-800 Draft Statement of Work, YC-804 INFORMATION FOR POTENTIAL OFFERORS: The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) intends to award a stand-alone Firm Fixed Price contract to accomplish maintenance, repair, and preservation of barges YC-800 and 804. Specification of YC-800 and YC-804 YC-800 Length: 110 FT Draft: 4 FT Width: 30 FT Full Displacement: 350 L Tons Light Load: 250 L Tons Age: 74 Years Hull Type: Steel YC-804 Length: 110 FT Draft: 4 FT Width: 30 FT Full Displacement: 350 L Tons Light Load: 250 L Tons Age: 74 Years Hull Type: Steel Coordinate with the Contracting Officer, via the Contracting Officer's Representative (COR) to deliver the vessels to the Contractor facility. Dock, wash, and clean the exterior surfaces of the vessel upon docking. Blast and preserve all exterior and interior surfaces of the vessels. Replace zinc anodes. Hull and main deck require ultrasonic measurement of plating thickness. Vessel requires inspection for damage and deterioration (hull, main deck, and tanks/voids-plating and framing). Apply new non-skid system to main deck. Open, clean, inspect, and test tanks. Remove various items on main deck, accomplish repair of hole in freeboard, replace cleanout ring, cleat replacement, angle iron removal, trans web framing repair and access cover repairs. Undock the vessel. Arrange and coordinate the delivery of the vessel back to the Government via the COR. The Contractor will arrange for and transport the vessel from PSNS & IMF to the Contractor's facility. Upon completion of all work, coordinate delivery of the vessels back to PSNS & IMF. The expected Period of Performance is scheduled to be: 18 June 2018 to 28 September 2018. The Government is contemplating a 100% small business set-aside under the North American Industry Classification System (NAICS) 336611, size standard of 1,250 employees. The Government intends to post a solicitation in October 2017 and anticipates award of the Firm Fixed Price, stand-alone contract in February 2018 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. All offerors must be registered with the System for Award Management (SAM) to receive award of Government contracts. Offerors are advised that SAM representations and certifications can be completed electronically via the System for Award Management website at http://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 synopsis is for informational/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
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18R0002/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN04699603-W 20170930/170928232813-223a30907f70fc06c935f8314393bed1 (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.