Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 22, 2020 SAM #6902
SOLICITATION NOTICE

J -- Maintenance, repair, and preservation of YC-1647

Notice Date
10/20/2020 8:19:08 AM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A21R1050
 
Response Due
11/6/2020 10:00:00 AM
 
Archive Date
11/21/2020
 
Point of Contact
Miranda Teabo, Brittany N Chartier
 
E-Mail Address
miranda.teabo@navy.mil, brittany.chartier@navy.mil
(miranda.teabo@navy.mil, brittany.chartier@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 one (1) YC-1647 Open Lighter Barge � Yard Craft.� YC-1647 Open Lighter Barge Characteristics:������������ Built by: Orange Shipbuilding TX Length: 110 FT������������������ Draft:��� 7 FT Width:� 32 FT Full Displacement:� 659 L Tons Age:� 26 YRS������ Light Load:� 115 L Tons Hull Type: Steel The contractor's facility must possess the capability of accommodating one (1) YC-1647 Open Lighter Barge � Yard Craft, with the dimensions as stated above. 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 each steel half-pipe fenders. Accomplish repairs to rubber fenders. Accomplish repairs to watertight hatch. Repair manholes covers and assemblies. Accomplish removal of all lifelines and associated parts. Weld the weight handling designation for the towing pad eyes. Accomplish tank/void preservation. Accomplish an air test of each tank/void. Accomplish an air test to each steel half-pipe fender. 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: 03 February 2021 to 06 April 2021. The Government is contemplating a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,250 employees. The Government intends to post a request for proposals in November 2020 and anticipates award of the Firm-Fixed Price, stand-alone contract in January 2021 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.� Offerors can view and/or download the draft notional work specifications for review at https://beta.sam.gov. 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 Regarding Pre-Solicitation Synopsis: 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
SAM.gov Permalink
(https://beta.sam.gov/opp/c23ee11b695347e9a0af4d4fa61f9992/view)
 
Place of Performance
Address: WA, USA
Country: USA
 
Record
SN05832261-F 20201022/201020230141 (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.