SOLICITATION NOTICE
J -- Maintenance, Repair, and Preservation of Beluga RCD Barge
- Notice Date
- 2/21/2025 12:18:43 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
- N4523A25R6004
- Response Due
- 3/10/2025 10:00:00 AM
- Archive Date
- 03/25/2025
- Point of Contact
- ALICE ROBERTSON, Nathan DeGuzman
- E-Mail Address
-
alice.n.robertson.civ@us.navy.mil, nathaniel.d.deguzman.civ@us.navy.mil
(alice.n.robertson.civ@us.navy.mil, nathaniel.d.deguzman.civ@us.navy.mil)
- Description
- 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) Beluga RCD Barge. Beluga RCD Barge Length: 240 FT Width: 60 FT Draft: 2.8 FT FWD / 3.3 FT AFT Full Displacement: 988.25 L TONS Age: 46 YEARS Hull Material: STEEL The contractor's facility must possess the capability of one (1) Beluga RCD Barge 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. Accomplish Steel repairs. Generate ABS approved �Red Line� drawing. Coordinate ABS inspections. 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 23 June 2025 to 11 August 2025. The Government is contemplating a full and open competition under the North American Industry Classification System (NAICS) 336611, size standard 1,300 employees. The Government intends to post a request for proposals in March 2025 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/92b85376800242f582672fb30c57f878/view)
- Place of Performance
- Address: WA, USA
- Country: USA
- Country: USA
- Record
- SN07349750-F 20250223/250221230030 (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 |