Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOLICITATION NOTICE

J -- Caisson 5 - Maintenance, Repair, and Preservation

Notice Date
2/22/2021 9:31:11 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
N4523A21R1056
 
Response Due
3/15/2021 10:00:00 AM
 
Archive Date
03/30/2021
 
Point of Contact
Brian Fergus, Phone: 360-471-4071, Steven Barry
 
E-Mail Address
brian.fergus@navy.mil, steven.e.barry@navy.mil
(brian.fergus@navy.mil, steven.e.barry@navy.mil)
 
Description
Note One: The answer to Request for Clarification (RFC) One has been posted to beta.sam.gov.� Addtionally, minutes from the Pre-Proposal Conference have been posted to beta.sam.gov.� Both documents can be found under the attachment section of this notice. Base announcement: The Northwest Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interest in the docking of and performance of maintenance, repair and preservation work in support of CAISSON 5.� All work shall be accomplished at the Contractor's facility.� Special Note: Contractor�s facility must be capable of dry-docking the vessel in order to accomplish all required work. ����������� Vessel Characteristics� Length of 147 FT 4 IN���������������������� Height of 54 FT Draft of 28 FT Width of 22 FT 11 IN������������ �Light Load Displacement is approx. 1729 L Tons �Hull Type is Steel������ ����������������������� ����������� Geographical Area of consideration: To facilitate proper government oversight, the 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. The Government is seeking responses from sources that can perform the following work: 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.� Blast & preserve Hull Exterior.� Blast and preserve all tanks.� Hull corrosion weld repairs.� Replace 2 Ea. main Caisson disconnects (600Amp).� Replace all electrical panels and disconnects (lighting, heating, motor operators MX), consolidate replacement panels; NEMA 4X.� Install new control panel (remote valve operation, TLIs, alarms).� Replace access hatch with a dog house.� Keel plate has heavy pitting and must be repaired.� UT caisson plating and structural members.� UT sinking valve piping and discharge valve piping for both No. 1 and No. 2 dewatering pumps and weld repair.� UT Sinking valve piping, weld repair as required.� UT Cleats on weather deck.� Replace machinery space light fixtures with LEDs.� Install new LED emergency lighting, with batteries capable of providing 8 hours of illumination once power is secured.� Replace Hull and Tank zincs.� Install new machinery hatches on weather deck above pumps.� Relocate tank vents from hull side to weather deck and install goose necks.� Widen End tank hatches and install on hinges.� Reduce size of main tank hatch, or install post/means to secure hatch when open.� Remove/clean/preserve weather deck stanchions.� Replace receptacles with marine type.� Concrete repairs.� Replace 2 ea. main dewatering pump discharge valves (18"") and check valves.� Replace 2 ea. sinking valves (24"").� Replace 2 ea. main dewatering pumps and motors (8000GPM).� Replace Equalizer Valves 2 ea. (10�).� Replace No. 1 and No. 2 Sea Valve (8"").� Replace 20� 8� from hull to end tank valve included.� Replace all grease lines and upgrade steady bearings.� Remove grease lines to steady bearings and replace with plastic for reach rods.� Replace any bent valve stems / op-rods.� Weather Deck, grind down any tripping hazards.� Undock the vessel.� Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. See attached DRAFT Statement of Work for more detail. The expected Period of Performance is scheduled to be 21 October 2021 to 21 February 2022. The Government is contemplating a full and open competition under the North American Industry Classification System (NAICS) 336611, size 1,250 employees. �The Government anticipates award of the Firm-Fixed Price, stand-alone contract in mid-June 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 specifications for review at https://beta.sam.gov/. Section L of the Solicitation has information regarding a pre-proposal teleconference. NAVSEA Standard Items can be downloaded at https://www.navsea.navy.mil/Home/RMC/CNRMC/Our-Programs/SSRAC/ 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-6) 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 27 .February 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 25 February 2021. �Section L (Solicitation pages 55-67) includes information regarding base access registration deadlines.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4435435afdfb44f78ebcb80b6b51b26a/view)
 
Place of Performance
Address: WA, USA
Country: USA
 
Record
SN05922706-F 20210224/210222230106 (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.