SOLICITATION NOTICE
J -- Preservation, Maintenance and Repair of UFDD-132 & UFDD-133
- Notice Date
- 11/23/2022 9:08:20 AM
- 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
- N4523A23R1054
- Response Due
- 12/8/2022 12:00:00 PM
- Point of Contact
- Jeff Jaeckel, Brittany N Chartier
- E-Mail Address
-
jeff.a.jaeckel.civ@us.navy.mil, brittany.n.chartier.civ@us.navy.mil
(jeff.a.jaeckel.civ@us.navy.mil, brittany.n.chartier.civ@us.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 two (2) Deep Draft Utility Floats (UFDD-132 & UFDD-133). UFDD-132 & UFDD-133 Characteristics � Length: 56 FT � Width: 19 FT � Draft: 17 FT- 8 IN � Light Load: 39 L Tons� � Age: 46 Years � Hull Material: STEEL The contractor's facility must possess the capability of accommodating two (2) Deep Draft Utility Floats (UFDD-132 & UFDD-133) 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 each vessel to the Contractor�s facility. Dock, wash, and clean the exterior surfaces of each vessel. Remove each rubber fender from each floats undercarriage structure. Sweep blast clean each rubber fender, temporarily store, and install each rubber fender to its parent location upon full completion of preservation curing operations of the underwater hull and undercarriage structure and install new galvanized fasteners. Install new CRES (corrosion resistant steel) 316L test data label plates after accomplishment of the overload test(s). Remove existing, install new zinc anodes, and install new associated CRES 304 fasteners. Accomplish an electrical resistance test of each new zinc anode. Blast and preserve the underwater body, hull, freeboard, and undercarriage structure surfaces of each vessel and install new a 12-year service life commercial marine epoxy coating system. Accomplish a visual and ultrasonic test (UT) inspection of the underwater body, hull, freeboard, and undercarriage structure surfaces of each vessel after blasting and application of the primer coat. Open, pump, clean, ventilate, gas free, and maintain dry each tank/void on each vessel. Accomplish a visual inspection for preservation coating condition, structural integrity, deterioration, and distortion of each tank/void. Accomplish an air test of each tank/void on each vessel. Accomplish various repairs in each tank/void as specified in the SOW. Remove existing and install new non-skid to the Main Deck surfaces of each vessel. Accomplish a visual and UT inspection of the Main Deck plating surfaces after blasting and application of the first primer coat. Undock each vessel. Arrange and coordinate the delivery of each vessel back to the Government with the Contracting Officer via the COR. The expected Period of Performance is scheduled to be 3 April 2023 to 30 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 in March 2023 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.� Contracting Officer Address: Puget Sound Naval Shipyard Code 400 STOP 2026, 1400 Farragut Avenue, Bremerton, WA 98314-2026 Point of Contact: Primary: Jeff Jaeckel, Contract Specialist jeff.a.jaeckel.civ@us.navy.mil Alternate: Brittany Chartier, Contracting Officer brittany.n.chartier.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6a32d5c03d2e47f5853ca593699ced2a/view)
- Record
- SN06526811-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 |