SOLICITATION NOTICE
J -- Maintenance, Repair and Preservation of 60DS1602
- Notice Date
- 11/23/2022 1:58:36 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
- N4523A23R1055
- Response Due
- 12/8/2022 2:00:00 PM
- Point of Contact
- Nathan DeGuzman, Alex Marcinkiewicz
- E-Mail Address
-
nathaniel.deguzman@navy.mil, alex.marcinkiewicz@navy.mil
(nathaniel.deguzman@navy.mil, alex.marcinkiewicz@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- INFORMATION FOR POTENTIAL OFFERORS: 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 and preservation of one (1) 60DS1602 Dive Boat. 60DS1602 Characteristics Length: 64.5 FT Width: 22 FT Age: 8 YRS Hull Material: Aluminum Draft: 3 FT-6 IN Full Displacement: 48.05 L Tons Light Load: 8000 lbs The contractor's facility must possess the capability of accommodating one (1) 60DS1602 Dive Boat with the dimensions as stated above. �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 the vessel; wash and clean the exterior surfaces of the vessel. Remove all fendering and sweep blast clean. Perform visual inspection of hull and freeboard, tanks and main decks surfaces.� Apply new Non-skid preservation system to the main-deck. Accomplish repairs on AFT Swim Step, Aft Removable Bulkhead/Window, Main Cabin windows, Monkey Heater piping, Replace decking in Pilot house, Galley, Diver Prep Room, Water Closet and Shower Area, and Berthing Compartment. Blast and preserve underwater hull, body, appendages, and freeboard surfaces, pilothouse exterior. Inspect and repair shafts and rudders and associated seals, bearings, bushings and test for operability after repairs. Perform inspections on the propellers, pitch, and balance and test for operability. Open, clean, inspect, disinfect, certify, and preserve various tanks and voids including the fresh water system. Remove existing and install new zincs and associated hardware. Conduct air test of tanks and voids. Perform sea trials after completion of repairs and full cure time of preservation. Undock the vessel. Arrange and coordinate the delivery of the vessel back to the Government with the COR. The expected Period of Performance is scheduled to be 5 April 2023 to 22 June 2023. The Government is contemplating a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,250 employees. The Government intends to post a request for proposals in December 2022 and anticipates award of the Firm-Fixed Price, stand-alone contract 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://www.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://www.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 pre-solicitation 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/bf58308841ce4c0b8d5a392f9884fc5f/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06526796-F 20221125/221125074506 (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 |