Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
SOLICITATION NOTICE

19 -- Segmented Barge 10504 - Draft Statement of Work

Notice Date
10/16/2018
 
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
N4523A19R1064
 
Archive Date
11/9/2018
 
Point of Contact
Cindy J. Means, , George R. Rutt,
 
E-Mail Address
cindy.means@navy.mil, george.rutt@navy.mil
(cindy.means@navy.mil, george.rutt@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft Statement of Work 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 Segmented Barge 10504. Segmented Barge 10504 Vessel Characteristics: Length: 50 FT Draft: 2 FT 1 IN Width: 40 FT - 0 IN Light Load: 58 L Tons Hull Type: Steel Age 11 Years The Contractor's facility must possess the capability of accommodating one (1) Segmented Barge with the dimensions as stated above. Coordinate with the Contracting Officer, via the Contracting Officer's Representative (COR) to deliver the vessels from Puget Sound Naval Shipyard (PSNS) Bremerton, WA to the Contractor's facility. Dissemble while waterborne, dock, wash, and clean the exterior surfaces of the vessels upon docking. Blast and preserve all exterior and interior surfaces of the vessels. Scrap existing and provide new barge pins. Replace zinc anodes. Hull require ultrasonic measurement of plating thickness. Inspect for damage and deterioration the hull, main deck, and tanks/voids- platting and framing) Open, clean, inspect and test tanks. Apply new nonskid system to main deck of each barge segment. Undock the vessel and reassembly while waterborne. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. The Contractor will arrange for and transport the vessels 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: 21 February 2019 to 24 April 2019. The Government is contemplating a 100% small business set-aside under the North American Industry Classification System (NAICS) 336611, size 1,250 employees. The Government intends to post a request for proposals in November 2018 and anticipates award of the Firm-Fixed Price, stand-alone contract in January 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 https://www.sam.gov. NOTICE REGARDING PRE-SOLICAITATION SYNOPIS: 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/N4523A19R1064/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN05126306-W 20181018/181016230733-26c65d8ff10206479acd74463799f8e6 (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.