Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2024 SAM #8185
SOLICITATION NOTICE

J -- YT-808 Class Ship Alteration YT-0110D

Notice Date
4/23/2024 12:29:00 PM
 
Notice Type
Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A24R1063
 
Response Due
4/29/2024 12:00:00 PM
 
Archive Date
04/23/2025
 
Point of Contact
Jeff Jaeckel, Phone: 360-517-5756, Chris Davidson, Phone: 360-689-8774
 
E-Mail Address
jeff.a.jaeckel.civ@us.navy.mil, christopher.t.davids@navy.mil
(jeff.a.jaeckel.civ@us.navy.mil, christopher.t.davids@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS and IMF), Bremerton, Washington intends to award a stand-alone Firm-Fixed-Price contract to accomplish YT-808 Class Ship Alteration YT-0110D of five (5) Tugs (YT-808, YT-810, YT-811, YT-812 and YT-813). All five (5) YT Tugs characteristics are 90 FT length, 38 FT width, 16.5 FT draft, 432 long tons light load, hull type is steel v hull and age is 3 years. The contractors facility must possess the capability of accommodating the YT-808 Class 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 Officers Representative (COR) Government delivery of each vessel to the Contractors facility. Replace Main engine mounts. Coordinate the Government custody transfer with the Contracting Officer via the COR. The vessels availability are 16 July 2024 through 18 December 2024. This is a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,300 employees. 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. -23 April 2024- Update - Amendment 0001, response to solicitation question 009 and Errata One of the Statement of Work has been posted. Please see attachments.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/333890be87af4ee8ab38bb0837a9d1d4/view)
 
Record
SN07039486-F 20240425/240423230047 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.