Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

19 -- SV64 Engine Overhaul and Life Cycle Maintenance - N4523A18Q1055, Combined Synopsis Solicitation Package

Notice Date
7/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
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
N4523A18Q1055
 
Point of Contact
Christopher D. Campbell, Phone: 3604764333, 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
Total Small Business
 
Description
Attachment J-17 Pricing Worksheet. Attachment J-16 Wage Determination (Whatcom County) dated 17JULY2018. Attachment J-15 Wage Determination (Thurston County) dated 17JULY2018. Attachment J-14 Wage Determination (Skagit County) dated 17JULY2018. Attachment J-13 Wage Determination (Pierce County) dated 17JULY2018. Attachment J-12 Wage Determination (Grays Harbor and Mason County) dated 17JULY2018. Attachment J-11 Wage Determination (Kitsap County) dated 17JULY2018. Attachment J-10 Wage Determination (King and Snohomish County) dated 17JULY2018. Attachment J-9 Wage Determination (Island and San Juan County) dated 17JULY2018. Attachment J-8 Wage Determination (Clallam and Jefferson County) dated 17JULY2018. Attachment J-7 BAVR Instructions. Attachment J-6 Corporate Experience Data Sheet. Attachment J-5 Contract Performance Data Sheet. Attachment J-4 Request for Clarification Form. Attachment J-3 Area of Consideration. Attachment J-2 GFP Attachment. Attachment J-1 SOW, SV64 Engine Overhaul and LCM dated 16JULY2018. N4523A18Q1055 SV64 Engine Overhaul and Life Cycle Maintenance (LCM) combined synopsis/solicitation. 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; quotes are being requested and a written solicitation will not be issued. This solicitation, N4523A18Q1055, is issued as a Request for Quotation (RFQ) by Puget Sounds Naval Shipyard and Intermediate Maintenance Facility (PSNS&IMF) Code 440 Contracting and incorporates the provisions and clauses in effect from regulations posted to http://farsite.hill.af.mil inclusive, but not limited to, Federal Acquisition Circular (FAC) number 2005-99. The associated North American Industrial Classification System (NAICS) Code for this solicitation is 336611 with a size standard of 1,250 employees. The requirement is being set aside 100% for small business concerns in accordance with FAR 52.219-6. Please see the attached file N4523A18Q1055 SV64 Engine Overhaul and LCM. The Regional Maintenance Center at PSNS&IMF, Bremerton, Washington intends to award a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract for the engine overhaul and life cycle maintenance work on six (6) Strategic Weapons Facility Pacific (SWFPAC) 64-Foot Screening Vessels (SV64). The vessel characteristics are described in the Statement of Work (SOW), under attachment J-1. SCOPE OVERVIEW: Work consists of the following items as further described by the SOW. 1) Refresh Bottom Paint System, 2) Clean Vessel Bilge Areas, 3) Fuel Tank Cleaning and Fuel Disposal, 4) Main Deck Non-Skid Replacement, 5) USCG Racing Stripe and Emblem, 6) Main Diesel Engine Replacement, 7) Drive Line Replacement, 8) Facilitating HM521 Jet Drive 5,000 HR Maintenance, 9) Generator Removal and Replacement, 10) Electrical System Groom, 11) Piping System Inspection, 12) MDE Anchor Point Install, and 13) Mast Fall Protection. Additional requirements are fully outlined in the SOW. EXPECTED PERIOD OF PERFORMANCE: The Contractor should expect the specified work to take place during the ordering period of the contract which will be from Contract Award through June 2021. The initial delivery date and start of the period of performance per vessel shall be set by mutual agreement of the parties within the contract ordering period.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18Q1055/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN04996631-W 20180720/180718230849-509be93e9ab4c8f8e0b3262e7efb2aff (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  © 1994-2020, Loren Data Corp.