Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2021 SAM #7167
SOLICITATION NOTICE

J -- Blocking & Life Cycle Maintenance of Four (4) Small Boats

Notice Date
7/14/2021 10:51:51 AM
 
Notice Type
Combined Synopsis/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
N4523A21Q1054
 
Response Due
7/23/2021 11:00:00 AM
 
Archive Date
08/07/2021
 
Point of Contact
Nick Crowell, Brian Fergus
 
E-Mail Address
nicholas.a.crowell@navy.mil, brian.fergus@navy.mil
(nicholas.a.crowell@navy.mil, brian.fergus@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
UPDATE 14�July�2021: Upload answers to Requests for Clarification (with associated drawings) & extend the proposal due date. UPDATE 16 June 2021: Upload Attachment J-1 Pictures. _________ The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) issues this combined synopsis/solicitation with the intent to award a stand-alone Firm-Fixed-Price contract to accomplish blocking and life cycle maintenance in support of four (4) small boats. All work shall be accomplished at the Contractor's facility. Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officer's Representative (COR) to deliver the vessel to the Contractor's facility.� Blast, prime, and paint boats from main deck and below. Remove and replace top-side non-skid from the main deck, including engine room cover (if applicable). Remove all rubber and old zincs prior to painting. Re-install rubber and replace old zincs with new. Inspect port and starboard fuel tank air vents for excessive corrosion. Clean prop and provide condition report. Replace hydraulic hoses on exterior main deck. Blast, prep and paint forward topside stowage lockers. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. Complete vessel characteristics and work requirements are located in the Performance Work Statement (PWS) section of the attached Request for Quote (RFQ) N4523A21Q1054. 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 expected Period of Performance is scheduled to be: 31 August�2021 to 31 October 2021. The Government is contemplating a 100% Small Business set-aaside under the North American Industry Classification System (NAICS) 336611, size standard 1,250 employees. The Government anticipates award to the Firm-Fixed-Price stand-alone contract in August�2021 to the responsible contractor on a lowest price, technically acceptable basis. All offerors must be registered with the System for Award Management (SAM) to recieve 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/f00fb8422d944d0e97dde7d2de6fe1d5/view)
 
Place of Performance
Address: WA, USA
Country: USA
 
Record
SN06060897-F 20210716/210715201645 (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.