Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOURCES SOUGHT

J -- YT-801 - Large Harbor Tug

Notice Date
1/13/2020 11:57:16 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A20R1060
 
Response Due
1/29/2020 10:00:00 AM
 
Archive Date
02/13/2020
 
Point of Contact
Brian Fergus, Phone: 360-476-4071, Gary Binder, Phone: 360-476-5706
 
E-Mail Address
brian.fergus@navy.mil, gary.binder@navy.mil
(brian.fergus@navy.mil, gary.binder@navy.mil)
 
Description
The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interest in performing maintenance, repair, and preservation work in support of Large Harbor Tug�YT-801. �Work will be accomplished at the Contractor's facility. �The Government is seeking responses from sources that can perform the following work: Large Harbor Tug�(YT-801) Vessel Characteristics: Length: 108 FT Width: 31 FT � 0 IN Hull Type: Steel Draft: 14 FT Light Load: 286 L Tons Full Displacement: 346 L Tons 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.� Remove all fendering and replace all fendering fasteners. �Preserve steel half pipe fenders. �Replace zinc anodes. �Blast, Inspect and Preserve the underwater Hull. �Install removable ladder to engine room bilge. �Grind flush freeing ports. �Open, clean, inspect and certify marine sanitation device tank. �Open, Clean, inspect and preserve various tanks and voids. �Blast and paint aft steering compartment. �Conduct air test of tanks and voids. �Clean, flush, disinfect, and recertify fresh water system. �Blast, inspect and preserve main deck non-skid. �Install new galley and crews mess decking. �Install new aft steering and drive room escape hatches. �Install Galley Range. �Install new main deck watertight doors. �Install new engine room joiner door. �Blast, inspect and preserve boat deck and pilothouse top non-skid. �Install new pilothouse windows. �Accomplish deckhouse steel repairs. �Repair brow hydraulic cylinder. �Accomplish Schottle Z drive maintenance. �Accomplish main engine repairs. �Accomplish exhaust system repairs. �Hydrostatic test air receiver tanks. �Accomplish seawater pump repairs. �Install new engine room deck plating. �Accomplish engine room bilge preservation. �Install electric hydraulic mast lift. �Repair air conditioning system. �Accomplish sea valve repairs. �Install diesel generator keel cooler drain valve. �Install fire pump keel cooler drain valve. �Accomplish fire monitor piping modification. �Install day tank fuel filter. �Accomplish main duplex strainer repairs. �Accomplish foam proportioner and valve repairs. �Accomplish main engine fuel cooler repairs. �Repair hydraulic winch hoses. �Accomplish repairs to forward winch. The notional schedule listed below is provided for planning purposes only. �The government is not obligated to pursue this schedule or a future solicitation because of this sources sought. Period of Performance � June 2020 to August 2020 What/Where to Submit: Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address and e-mail address of one point of contact. �Please hand or digitally sign your letter of interest and e-mail it to the Government contacts listed below, with ""YT-801 � Sources Sought Response"" in the subject field. �The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in the description shown above and answers to the following specific questions. �Please limit your response to no more than five pages. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,250 or less employees)? Does your company have a satisfactory performance record for the type of work required? �Please provide examples of relevant and recent (within three years) past performance. Provide a description of the facility that may be used to accomplish the stated requirements. Does your company have the necessary organization, experience, accounting and operational controls and technical skills or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the YT-801 package? When to Submit: �Responses are requested no later than 10:00AM PST, on 29 Jan 2020. Notice Regarding Sources Sought: This sources sought is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. �This sources sought does not commit the Government to contract for any supply or service whatsoever. �Further, the Navy is not seeking proposals at this time, nor accepting unsolicited proposals. �Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this sources sought; all costs associated with responding to this sources sought will be solely at the interested party's expense. �Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. �If a solicitation is released, it will be synopsized on the Beta.SAM.gov (beta.sam.gov) website. �It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 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 sources sought announcement is released in accordance with FAR 15.201. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/308f843c22eb4c8fb90f7756e39c2f14/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05533515-F 20200115/200113230303 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.