Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
MODIFICATION

19 -- Caisson 2 - Amendment 4

Notice Date
2/1/2018
 
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
N4523A18R1050
 
Archive Date
3/7/2018
 
Point of Contact
Contract Specialist, , Charles R. Smith,
 
E-Mail Address
cindy.means@navy.mil, charles.r.smith13@navy.mil
(cindy.means@navy.mil, charles.r.smith13@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0004 NOTE: This Pre-solicitation replaces Pre-solicitation notice for solicitation N4523A-17-R-0035 posted to FBO on August 21, 2017. Due to this requirement crossing fiscal years, the solicitation number associated with this Caisson requirement administratively changed from N4523A-17-R-0035 to a new solicitation number of N4523A18R1050. The request for proposal (RFP) and all applicable updates and amendments will be posted under this notice. The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), Bremerton, Washington intends to award a stand-alone Firm-Fixed-Price contract to accomplish maintenance, repair and preservation of Caisson 2 located at Puget Sound Naval Shipyard, Bremerton Caisson 2 has the following general characteristics: Caisson 2: L 128' x W 24' with a Draft of 44.7' Full Displacement: 2737 Tons Light Load: 960 Tons The contractor's facility must possess the capability of accommodating one (1) caisson at their facility with the dimensions as stated above. Caisson 2 Scope of work overview - Coordinate with the contracting officer, via the contracting officer's representative (COR) to deliver the vessel to the contractor's facility. Dock, wash, and clean the exterior surfaces of the vessel upon docking. Blast and preserve exterior hull surfaces, topside, underwater body surfaces, and tanks of the vessel. Replace non-skid on weather deck surfaces. Accomplish visual inspections of hull and body, weather deck, tanks, and operations surfaces. Replace hull and tank zinc anodes. Inspect rubber seal and replace filler. Repair boarding ladder; inspect/repair roller chock. Repair ventilation fan and foundation. Replace space heating unit. Install new space heating unit repair valve operators. Repair valves. Repair pump/motor assemblies. Inspect valve operator extension shaft assemblies. Undock the vessel. Perform dock trials. Undock the vessel. Arrange and coordinate the delivery of the vessel back to the Government with the contracting officer via the COR. Expected Period of Performance is as follows: 4 June 2018 to 28 September 2018. The Government intends to post a request for proposals in December 2017 and anticipates award of the Firm-Fixed Price, stand-alone contract by 15 May 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. Offerors can view and/or download the draft notional work specifications for review at https://www.fbo.gov. All offerors must be registered with the System for Award Management (SAM) to receive award of Government contracts. Offerors are advised also that SAM representations and certifications can be completed electronically via the System for Award Management website at https://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 announcement is for informational and 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/N4523A18R1050/listing.html)
 
Place of Performance
Address: Contractor's Facility, Washington, United States
 
Record
SN04807476-W 20180203/180201231848-3c99b0e2c1d3a8af70450149717f1d99 (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.