SOLICITATION NOTICE
J -- Maintenance, Repair, and Preservation of Old Man IV
- Notice Date
- 8/4/2023 11:13:27 AM
- Notice Type
- Presolicitation
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A23R1061
- Response Due
- 8/21/2023 11:00:00 AM
- Archive Date
- 09/05/2023
- Point of Contact
- Nathan DeGuzman, Chris Campbell
- E-Mail Address
-
nathaniel.d.deguzman.civ@us.navy.mil, christopher.d.campbell76.civ@us.navy.mil
(nathaniel.d.deguzman.civ@us.navy.mil, christopher.d.campbell76.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 one (1) Admiral�s Barge Old Man IV. Old Man IV Characteristics Length: 50 FT Width: 14 FT � 8 IN Age: 60 YRS Hull Material: Wood Draft: 3 FT Full Displacement: 16.5 L Tons The contractor's facility must possess the capability of accommodating one (1) Admiral�s Barge Old Man IV 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 vessel, wash and clean vessel. Inspect hull and main deck. Modify fuel piping. Install Fuel tank level indicator. Replace Engine Mounts. Align Engines. Repack Rudders. Propeller cleaning and balancing. Modify potable water piping; clean and flush potable water system. Repair black water tank level indicator. Replace hot water heater. Galley and Pilot house heater repairs. Repair Main engine hoses. Replace Engine room insulation. Superstructure repair. Handrail repair and polishing.� Replace hull preservation coatings. Replace hull zinc anodes. Install various broken off hardware. Clean and inspect tanks. Polish various CRES hardware. Repair trim tab planks. Refurbish Teak wood. Replace heater core. Replace carpet in main spaces. Replace cushion cockpit. Refurbish cushion foundation. Operation check hull valves. Replace seacocks. Accomplish hull repairs. Repair Port beading. Clean windshield trim and hardware. Transom name covert to chrome. Pilot house, aft cabin and main cabin interior wood refurbishment. Replace Port and STBD port holes. Replace headlights. Undock the vessel.� Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. The expected Period of Performance is scheduled to be 9 January 2024 to 16 April 2024. 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 August 2023 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/93949fe50a02447f8636fac6e2b98c3b/view)
- Place of Performance
- Address: WA, USA
- Country: USA
- Country: USA
- Record
- SN06777347-F 20230806/230804230052 (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 |