SOLICITATION NOTICE
J -- Paint Float 3 Tier and Paint Float 4 Tier: Docking and Maintainence
- Notice Date
- 5/4/2022 2:11:31 PM
- 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
- N4523A22R1059
- Response Due
- 5/20/2022 2:00:00 PM
- Point of Contact
- Nathan DeGuzman, Chris Campbell
- E-Mail Address
-
nathaniel.deguzman@navy.mil, chris.campbell@navy.mil
(nathaniel.deguzman@navy.mil, chris.campbell@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 docking and maintenance of Paint Float 3 Tier and Paint Float 4 Tier.� The Paint Floats equipment characteristics can be found in section 1.1 of the attached draft Statement of Work (SOW). The contractor�s facility must possess the capability of accommodating the Paint Float 3 Tier and Paint Float 4 Tier� with the characteristics as found in the SOW. Coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR) to deliver the vessels to the Contractor�s facility. Upon docking vessels, wash and clean the exterior surfaces. Blast and preserve all underwater hull and freeboard exterior surfaces to include the pontoons of each vessel. Remove existing rubber fendering and associated hardware. Sweet-blast clean rubber material and install new fasteners and associated hardware to each vessel after reinstallation of rubber material. Straighten bent/damaged fender brackets where applicable. Replace zinc anodes on each vessel. Remove existing manhole covers and install new fasteners and associated hardware to each vessel. Install new gasket material to each tank/void access. Blast and preserve exterior tank lid surfaces. Perform Ultrasonic Testing to the underwater body, hull, and freeboard surfaces to each vessel including each pontoon to each paint float for plating thickness. Perform Ultrasonic Testing to the main-deck of each vessel for plating thickness. Perform visual inspections to the hull, main-deck, and tanks/voids to each vessel to include the pontoons for plating and framing damage and deterioration. Open, clean, inspect, and test all tanks and voids of each vessel. Undock the vessels. Arrange and coordinate the delivery of the vessels back to the Government with the Contracting Officer via the COR The delivery date is 27 October 2022, with a vessel availability from 2 August 2022 through 27 October 2022. The Government is contemplating a total small business set-aside under the North American Industry Classification System (NAICS) 336611, size 1,250 employees. The Government intends to post a request for proposals in May 2022 and anticipates award of the Firm-Fixed Price, standalone contract in July 2022 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://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://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 presolicitation 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://sam.gov/opp/4f6a470939034565bfe34f77285c769c/view)
- Place of Performance
- Address: Bremerton, WA 98337, USA
- Zip Code: 98337
- Country: USA
- Record
- SN06316825-F 20220506/220504230109 (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 |