Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2020 SAM #6946
MODIFICATION

J -- YT-802 Large Harbor Tug Maintenance Repair and Preservation

Notice Date
12/3/2020 3:07:45 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
N4523A21R1051
 
Response Due
1/6/2021 1:00:00 PM
 
Archive Date
01/21/2021
 
Point of Contact
Brian Fergus, Phone: 360-476-4071, Steven Barry
 
E-Mail Address
brian.fergus@navy.mil, steven.e.barry@navy.mil
(brian.fergus@navy.mil, steven.e.barry@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 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 YT-802, a large harbor tug boat. The YT-802 has the following general characteristics: L: 93 ft. x W: 38 ft. with a Draft of 12 ft. Full Displacement: 581 L Tons Hull and superstructure: Steel The contractor�s facility must possess the capability of accommodating the YT-802 with the dimensions as stated above and be in the geographic area of consideration.� Geographic area of consideration: To facilitate proper government oversight, the contractor�s facility shall 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. YT-802�s Scope of Work overview - Coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR) for ship�s force to deliver the vessel to the Contractor�s facility. Dock, wash, and clean the exterior surfaces of the vessel upon docking. Blast and preserve the entire vessel to include: exterior hull, houses and superstructure. Remove, clean and install rubber fenders. Replace all hull and Sea chest zinc anodes. Replace sea chest grates. Conduct visual inspections (VT) of hull, superstructure, main deck, and tanks. Conduct ultrasonic inspections (UT) of the hull and main deck. Open, clean, remove fuel and liquids, and inspect all tanks. Air test all tanks and the Skeg. Clean flush disinfect potable water system. Bulwark Gunnel Door Repair. Fender Anchor System Repair. Main Deck Locker Vent Install. Install Escape Hatch Grab rails. Port Side Vertical Rubber Fender Repair. AFT �D� Rubber Chine Straps Repair. Fire Monitor Safety Chains Install. Brow Walkway Entrance Safety Chain Install. Manhole Covers Preservation. Engine Room Air Intake Fan Room Preservation. Hand Rails Repairs. Stack Tips Modifications. Galley Seating Repair. Brow Hydraulic Hose Repair. Mast Lines and Pulley Repair. Portholes Repair. Deckhouse Expansion Joint Repair. Install MCD Tank. MCD Drive Pump Repair. Engine Room Vent Silencer Repair. Winch Repair. Winch Mod. SSDG Repair. Schottel Control Card Replacement. Port Steering Piping Repair. Steering Cooling Repair. MCD Cooler Repair. Winch Hydraulic Storage Tank Piping Repair. Sea Strainer Repair. Mast Hydraulic Hose Repair. Replace emergency escape hatches. Replace main deck, wheelhouse, and roof deck non-skid. Accomplish Schottel Z-Drive 1 and 5 year maintenance intervals. Conduct port and starboard engine alignment. Repair or replace sea valves. Undock the vessel. Arrange and coordinate the pick-up of the vessel by the Government with the Contracting Officer via the COR. Expected Period of Performance is as follows:� 10 March 2021 to 15 June 2021. The Government is contemplating a 100% small business set-aside under the North American Industry Classification System (NAICS) 336611. �The government anticipates award of the Firm-Fixed Price, stand-alone contract in February 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 work specification 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. Reference drawings (Attachment J-7) will be delivered via the DoDSafe website to SAM registered contractors whose NAICS include 336611 and have a ship repair facility.� Email request for drawings to brian.fergus@navy.mil and steven.e.barry@navy.mil no later than 16 December 2020 at 2PM PST.� The Government will provide a link to download the files from the DoDSafe website.� Include your CAGE code and ship repair facility address in the body of the email. NOTICE: The ship check is scheduled for 9 December 2020.� Section L (pages 58-74) includes information regarding acquiring base access for the ship check.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3aecc6865e314563b355ba887828f1c1/view)
 
Place of Performance
Address: WA, USA
Country: USA
 
Record
SN05865510-F 20201205/201203230142 (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.