Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
SOLICITATION NOTICE

19 -- YON-325 Maintenance, Repair and Preservation - Statement of Work (SOW) - Draft

Notice Date
4/13/2018
 
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
N4523A18R1059
 
Archive Date
5/15/2018
 
Point of Contact
Nicholas Crowell, , Gary Binder,
 
E-Mail Address
nicholas.a.crowell@navy.mil, gary.binder@navy.mil
(nicholas.a.crowell@navy.mil, gary.binder@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work (SOW) - Draft INFORMATION FOR POTENTIAL OFFERORS: 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 one (1) YON 325 Fuel Oil Barge. YON 325 has the following specifications: Built by: Sundial Marine and Construction & Repair, INC. Length: 199 FT Draft: 3 FT - 0 IN Width: 54 FT - 0 IN Full Displacement: 2848 L Tons Age: 12 YRS Light Load: 706 L Tons Hull Type: Steel The contractor's facility must possess the capability of accommodating one (1) YON 325 Fuel Oil Barge with the dimensions as stated above. Coordinate with the Contracting Officer, via the Contracting Officer's Representative (COR) to deliver the vessel from Manchester Fuel Depot to the Contractor's facility. Dock, wash and clean exterior surfaces of the vessel upon docking. Replace zinc anodes on hull / skegs. Accomplish preservation to underwater hull, freeboard, main deck, deck house, cargo piping and all deck fittings. Remove and replace non-skid located main deck, deck house top and cargo deck. Remove, clean and install rubber fenders. Modify existing piping cofferdams and scupper drains. Modify main deck cofferdam with cam-lock fittings. Accomplish ultrasonic test measurement and visual inspection of the hull, main deck, cargo deck and deck house top. Open, clean, pump and maintain clean and dry each tank/void. Inspect tanks/voids for defects. Replace navigational lights with new LED light fixtures. Install bird spikes located top of deck house. Replace exhaust muffler bird repellant. Replace solar panel pivot mount. Replace antenna support modification. Replace ullage hatch pin and cargo hatch dog. Perform storage locker modifications. Repair center running light pigtail. Replace fuel oil tank piping. Replace YD-5500 exhaust bellows. Replace and test cargo tank TLI's. Perform preliminary air test of tanks/voids, steel fendering and skegs. Accomplish a final closure inspection of each tank/void upon completion of all work installing new gaskets and fasteners. Perform final air test of tanks/voids, steel fendering and skegs. Accomplish repair, replace gaskets and adjust watertight hatches and doors. Accomplish cargo pump diesel and diesel generator maintenance and repair. Undock the vessel. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. Calibration of TLIs shall be conducted at Manchester Fuel Depot (MFD) in Manchester, WA. The expected Period of Performance is scheduled to be: 24 October 2018 to 6 February 2019. The acquisition will be Full and Open Competition under the North American Industry Classification System (NAICS) 336611. The Government intends to post a request for proposals in May 2018 and anticipates award of the Firm-Fixed Price, stand-alone contract in August 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. Contracting Officer Address: Puget Sound Naval Shipyard Code 440 STOP 2026, 1400 Farragut, Bremerton, WA 98314-2026
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18R1059/listing.html)
 
Place of Performance
Address: 10/24/18 - 1/10/19: Contractor's facility, 1/10/18 - 2/6/19: Manchester Fuel Depot (for calibration of TLIs), Washington, United States
 
Record
SN04889115-W 20180415/180413230746-6b0408119fe2bca335f8b41d3e5db500 (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.