Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOURCES SOUGHT

J -- Maintenance, Repair & Preservation of the YD-263

Notice Date
5/13/2022 9:25:43 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A22R1068
 
Response Due
5/23/2022 10:00:00 AM
 
Point of Contact
Alex Marcinkiewicz, Chris Campbell
 
E-Mail Address
alex.marcinkiewicz@navy.mil, chris.campbell@navy.mil
(alex.marcinkiewicz@navy.mil, chris.campbell@navy.mil)
 
Description
The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interest in performing maintenance work on the YD-263 Floating Crane. All work shall be accomplished at the Contractor's facility. Vessel characteristics and work requirements are in the attached Statement of Work (SOW). 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. Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR) to deliver the vessel to the Contractor�s facility.� Upon docking vessel, wash and clean vessel. Remove Rubber Fenders and wash. Replace Zinc Anodes on Hull and in Ballast Tanks. Accomplish Repair to Skegs. Accomplish Preservation to Hull and Freeboard, Main Deck, Sewage Tank and Touch of various tanks. Accomplish Visual Inspection of Hull and Freeboard, Tanks and Main Deck. Accomplish UT of Hull and Freeboard and Main Deck. Accomplish Life Rail Modification. Accomplish Port and STBD Windlass Hatch Repair. Accomplish Repair of Main Deck Hatches. Open, Clean and Inspect Tanks/Voids. Accomplish Preliminary Air Test and Final Air Test of Tanks. Clean and Flush Potable Water Tank. Accomplish Port FWD Anchor Access Ladder Repair. Accomplish Vessel Name Change to Crane House and Freeboard. Accomplish Crane Rest Boom Repair. Accomplish Crane Boom Platform and Handrail Modification. Accomplish Crane Tub Locker Repair. Accomplish Outside Machinery Door Repair. Accomplish Port and STBD Doghouse Modification. Undock the vessel.� Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. The schedule listed below is provided for planning purposes only. The government is not obligated to pursue this schedule or a future solicitation because of this Sources Sought. Vessel availability: October 2022 through February 2023 What/Where to Submit: Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact. Please hand or digitally sign your letter of interest and e-mail it to the Government contacts listed below, with ""N4523A22R1068 Sources Sought Response"" in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in the description shown above, and answers to the following specific questions. Please limit your response to no more than 5 pages. 1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,250 or less employees)? 2. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance. 3. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? 4. Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation? When to Submit: Responses are requested no later than 10:00AM PT, on 23 May 2022. Notice Regarding Sources Sought: This sources sought is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This sources sought does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not seeking proposals at this time, nor accepting unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this source sought; all costs associated with responding to this source sought will be solely at the interested party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM website (sam.gov). It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 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 sources sought announcement is released in accordance with FAR 15.201. Information provided in response to this sources sought announcement 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/7f2bee10169c4c2fbdc463dedb2f2e49/view)
 
Place of Performance
Address: Bremerton, WA, USA
Country: USA
 
Record
SN06327219-F 20220515/220513230103 (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.