Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOLICITATION NOTICE

J -- Maintenance, Preservation, and Repair of TWR-7 and TWR-8

Notice Date
5/22/2020 1:58:46 PM
 
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
N4523A20R1066
 
Response Due
6/4/2020 10:00:00 AM
 
Archive Date
06/19/2020
 
Point of Contact
Brittany N Chartier, Gary Binder, Phone: 3604765706
 
E-Mail Address
brittany.chartier@navy.mil, gary.binder@navy.mil
(brittany.chartier@navy.mil, gary.binder@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) in Bremerton, WA intends to award a standalone Firm-Fixed Price contract to accomplish maintenance, preservation, and repair of two Naval Vessels, TWR-7 and TWR-8. Work will be accomplished at the Contractor's facility. TWR-7 and TWR-8 have the following specifications: TWR-7 Characteristics� � � � � � � � � � � � � � � � � � � � � � � � � � � � TWR-8 Characteristics Built by: Swath Ocean Ship &Yacht Builders� � � � � � Built by: Swath Ocean Ship &Yacht Builders Length: 85 FT - 0 IN� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Length: 85 FT - 0 IN Width: 21 FT � 6 IN� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Width: 21 FT � 6 IN Age: 13 Years� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Age: 13 Years Hull Type: Aluminum� � � � � � � � � � � � � � � � � � � � � � � � � � � � � Hull Type: Aluminum Draft: 5 FT- 8 IN� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Draft: 5 FT- 8 IN Full Displacement: 95 Tons� � � � � � � � � � � � � � � � � � � � � � �Full Displacement: 95 Tons Light Load: 60�Tons� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Light Load: 60�Tons The contractor�s facility must possess the capability of accommodating each TWR (TWR-7 and TWR-8) with the dimensions as stated above. For planning purposes, vessels will be delivered one at a time. Once work package is complete for the first vessel, first vessel will be picked up and then the second vessel will be delivered. TWR-7 Scope Overview: Coordinate with the Contracting O?icer, via the Contracting O?icer�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 sweep blast clean. Crop and insert new hull plating and �Tee Bars/Flat Bars� located in various locations. Remove temporary cable lifelines in various locations and install new handrail sections. Install new STBD side- upper fender. Perform pipe removal and make deck fittings flush on main-deck. Remove existing damage.��Fire Main overboard discharge pipe and replace. Apply new Non-skid preservation system to the main-deck and deck house/pilot house. Blast and preserve underwater hull, body, appendages, and freeboard surfaces,� deckhouse, pilothouse, mast, and antenna. Inspect and repair shafts and rudders and associated seals and test for operability after repairs. Inspect vent-trunk/box. Perform inspections on the propellers, pitch, and balance and test for operability. Clean the heat exchangers and after coolers on the diesel engines. Replace PORT side main engine muffler. Replace PORT & STBD main engine crankshaft�seals. Open, clean, inspect, disinfect, certify, and preserve various tanks and voids including the fresh water system. Remove existing and install new zincs and associated hardware. Inspect diesel engines for operability. Conduct air test of tanks and voids. Perform sea trials after completion of repairs and full cure time of preservation. TWR-8 Scope Overview: 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 sweep blast clean. Apply new Non-skid preservation system to the main-deck and deck house top/pilot house top. Blast and preserve underwater hull, body, appendages, and freeboard surfaces, deck house, pilot house, mast, and antenna. Repair/reseal main mast wire. Inspect and repair shafts and rudders and associated seals and test for operability after repairs. Inspect vent-trunk/box. Perform inspections on the propellers, pitch, and balance and test for operability. Perform a �Top-End� overhaul of the QTY (2) diesel engines. Clean the heat exchangers and after coolers on the diesel engines. Inspect weld sites around the mu?lers and deck stanchions. Open, clean, inspect, disinfect, certify, and preserve various tanks and voids including the fresh water system. Remove existing and install new zincs and associated hardware. Inspect diesel engines for operability. Conduct air test of tanks and voids. Perform seatrials after completion of repairs and full cure time of preservation. The�Period of Performance is scheduled to be 15 July 2020 to 17 November 2020. This is a 100% small business set-aside under the North American Industry Classification System (NAICS) 336611, size 1,250 employees. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/47a0d36dbdc74b0fbf161479824e770a/view)
 
Record
SN05668899-F 20200524/200522230156 (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.