Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 21, 2020 SAM #6779
MODIFICATION

J -- Maintenance, Repair and Preservation of YC-1633

Notice Date
6/19/2020 2:06:48 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
N4523A20R1081
 
Response Due
7/21/2020 10:00:00 AM
 
Archive Date
08/05/2020
 
Point of Contact
Nathan DeGuzman, Phone: 3604761356, Chris Campbell, Phone: 3604764238
 
E-Mail Address
nathaniel.deguzman@navy.mil, chris.campbell@navy.mil
(nathaniel.deguzman@navy.mil, chris.campbell@navy.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
As considered under FAR 19.203(c), this requirement is a competitive HUBZone total small business set-aside under the North American Industry Classification System (NAICS) code 336611, size standard 1,250 employees. Offerors must possess a current Small Business Administration certification of HUBZone status to submit a proposal for this requirement. The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), Bremerton, Washington intends to award a stand-alone Firm-Fixed-Price to accomplish maintenance, repair, and preservation of the YC-1633 Open Lighter Barge. All work shall be accomplished at the Contractor�s facility. YC-1633 Open Lighter Barge Characteristics:����������� Built by: Orange Shipbuilding TX Length: 110 FT����������������� Draft:��� 6 FT Width:� 32 FT Full Displacement:� 659 L Tons Age:� 30 YRS����� Light Load:� 115 L Tons Hull Type: Steel Coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR) to deliver the vessel to the Contractor�s facility.� Upon docking vessel, wash and clean vessel. Remove existing and install new zinc anodes. Blast and preserve all exterior surfaces of the vessel. Accomplish a visual test inspection and ultrasonic test (UT) inspection of the underwater body, hull, freeboard, and main deck surfaces. Open, pump, clean, ventilate, gas free, and maintain dry each tank/void on the vessel. Accomplish a visual inspection of the interior surfaces of each tank. Accomplish repairs to rubber fenders. Accomplish repairs to watertight hatch. Replace manholes covers and assemblies. Accomplish tank/void preservation. Accomplish an air test of each tank/void. Magnetic Particle test tow padeye. Preserve tow bridle box. Repair zinc studs. Install new non-skid to the main deck surfaces. Undock the vessel.� Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. The expected Period of Performance is scheduled to be: 23 September 2020 to 8 December 2020. The Government anticipates award of the Firm-Fixed Price, stand-alone contract in September 2020 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 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/c766f69b1d1c488298c654e8318e686c/view)
 
Place of Performance
Address: WA, USA
Country: USA
 
Record
SN05696546-F 20200621/200622142801 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.