Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOLICITATION NOTICE

J -- SSN-21 LET Kit 1 - Maintenance, Repair, and Preservation

Notice Date
3/25/2020 9:10:21 AM
 
Notice Type
Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A20R1057
 
Response Due
4/23/2020 1:00:00 PM
 
Archive Date
05/08/2020
 
Point of Contact
Brian Fergus, Phone: 360-476-4071, Chris Campbell, Phone: 360-476-4238
 
E-Mail Address
brian.fergus@navy.mil, chris.campbell@navy.mil
(brian.fergus@navy.mil, chris.campbell@navy.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
Amendment One -��Reference drawings (Attachment J-3) and CDRLs/DIDs (Exhibit A) will be delivered via the DoDSafe website to SAM registered contractors whose NAICS include 336611 and have a repair facility.� Email request for drawings to brian.fergus@navy.mil and chris.campbell@navy.mil no later than 10 April 2020 at 2PM PST.� The Government will provide a link to download the files from the DoDSafe website.� Include your CAGE code and repair facility address in the body of the email. Base Solicitation - 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 the SSN-21 Logistic Escape Truck (LET) Kit 1.� The SSN-21 LET Kit 1's equipment characteristics can be found in Section 1.1 of the attached Statement of Work (SOW).� The contractor's facility must possess the capability of accommodating the LET Kit 1 with the characteristics as found in the SOW. Geographic area of consideration: The equipment is home ported at TRF Bangor, WA near Silverdale, WA. �To facilitate proper government oversight, the contractor�s facility must be located in the Puget Sound, WA region. For this procurement, the Puget Sound, WA region is defined as the West Coast of the continental US, starting from Olympia, WA and extending northward to Bellingham, WA. Scope of Work: Coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR), to retrieve LET houses, cofferdams and associated equipment from Trident Refit Facility - Bangor (TRF), Silverdale, WA and deliver to the contractor�s facility. �LET houses (FWD and AFT): Pull Test pad-eyes and label. �Blast, preserve and label houses. �Install non-skid on upper deck platforms, lower deck platforms, ladder platforms, and top of upper deck sliding doors. �Install new electrical power modification. �Install new gasket material on upper deck doors. �Install new door tracks, door guides, door hangars, doorstops, door brackets, and door rain guards on each LET house. �Adjust door hangers and verify operation. �Plug unused existing holes. �Seal and caulk all seams of bulkheads and accesses. �Blast, preserve and label, ladders, handrails, stairs and platforms.� Remove upper service doors and hinges. �Install new coamings with service sleeves. �Blast, preserve and label davits, davit extensions and davit bases. �For the LET cofferdams (FWD, MID and AFT): �Pull test pad-eyes and label. �Modify cofferdams.� Blast, preserve and label cofferdams. �Install new rubber gaskets. �Provide new and fit test new service sleeves. �Coordinate with the Contracting Officer, via the COR, to deliver LET houses, cofferdams and associated equipment back to TRF in Silverdale, WA. The expected Period of Performance (POP) is scheduled to be from 14 May 2020 to 14 July 2020. The Government is contemplating a 100% HUBZone set-aside under the North American Industry Classification System (NAICS) 336611, size 1,250 employees.� The Government anticipates award of the Firm-Fixed Price, stand-alone contract in April 2020 to the responsible HUBZone 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 Statement of Work attached herein. �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: The shipcheck is scheduled for 9 April 2020.� Section L of the solicitation includes information regarding base access deadlines.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d6d4c7aa9a1f43ab846a197d09694079/view)
 
Place of Performance
Address: WA, USA
Country: USA
 
Record
SN05599791-F 20200327/200325230140 (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.