MODIFICATION
J -- Docking and Maintenance of Utility Float 42 & 43
- Notice Date
- 12/15/2020 9:11:07 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
- N4523A21R1053
- Response Due
- 1/22/2021 10:00:00 AM
- Archive Date
- 02/06/2021
- Point of Contact
- Chris Davidson, Steven Barry
- E-Mail Address
-
christopher.t.davids@navy.mil, steven.e.barry@navy.mil
(christopher.t.davids@navy.mil, steven.e.barry@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Notice: Prospective prime offerors within area of consideration may request Attachment J-3 References, and Exhibit A - CDRLs and DIDs from Chris Davidson at christopher.t.davids@navy.mil. __________ 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 on the Utility Float (UF) 42 and 43. The Utility Float equipment characteristics can be found in Section 1.1 of the attached Statement of Works (SOWs). The contractor's facility must possess the capability of accommodating the Utility Floats with the characteristics as found in the SOW. Coordinate with the Contracting Officer, via the Contracting Officer Representative (COR) to deliver the vessel to the Contractor's facility. Upon docking the vessel, wash and clean the vessel. Remove existing rubber fenders and associated hardware; retain hardware and fasteners for installation after sweep-blast cleaning. Remove existing and install new zinc anodes. Preserve interior and exterior of tank covers, replace all gaskets. Blast and preserve main deck, hull, freeboard and components. Apply new non-skid and coating system to the main deck. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. The expected Period of Performance (POP) is scheduled to be 08 June 2021 to 11 August 2021. This is a 100% small business set-aside under the North American Industry Classification System (NAICS) 336611, size 1,250 employees. The Government anticipates to award Firm-Fixed Price, stand-alone contract in March 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. 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/722a4f0868f44f45a3608366f18d2153/view)
- Place of Performance
- Address: WA, USA
- Country: USA
- Country: USA
- Record
- SN05873987-F 20201217/201215230139 (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 |