Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2015 FBO #4869
SOLICITATION NOTICE

19 -- 65 FT EOD Support Craft MK-II (65SCMK2) - Draft PWS

Notice Date
3/23/2015
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A-15-R-0010
 
Point of Contact
jason r baker, Phone: 3604764452, Leroy Rushing,
 
E-Mail Address
jason.r.baker1@navy.mil, leroy.rushing@navy.mil
(jason.r.baker1@navy.mil, leroy.rushing@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS This synopsis is hereby issued for anticipated solication for the repair, maintenance, refurbishment, and preservation of one 65 FT EOD Support Craft MK-II (65SCMK2). The Northwest Regional Maintenance Center (NWRMC), Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS&IMF), Bremerton, WA intends to award a firm fixed price supply-type contract for the repair, maintenance, refurbishment, and preservation of one 65 FT EOD Support Craft MK-II (65SCMK2). Contractor's dry-dock facility must be within the Puget Sound and capable of accommodating the vessel. Period of performance for this maintenance will be 7 July, 2015 - 4 September, 2015. All responsible sources may submit a proposal shall be considered by NWRMC. The solicitation will be posted at www.fbo.gov under Opportunities as Solicitation number N4523A-15-R-0010. The Government will not distribute hard-copy solicitations or amendments. Any subsequent amendment will be transmitted solely via the FBO.gov website. Prospective offerors are responsible for checking the FBO website early and periodically for amendments. Prospective offerors should not expect notification that an amendment has been issued as the website is occasionally down for maintenance. The Government is not responsible for any loss of internet connectivity for an offeror's inability to access the document posted on FBO. Telephone and facsimile requests will not be honored. The solicitation will be posted on or about 8 April, 2015 with an estimated closing date of 8 May, 2015 with a ship check date on or about 15 April, 2015. Contractor's must contact Sandy Ball at Sandra.ball@navy.mil for badging at least 5-days in advance of the ship check to attend. Prospective offerors who are not registered in the System for Award Management (SAM) should immediately begin the registration process at www.sam.gov as registration is required to be considered for award. A draft copy of the Performance Work Statement (PWS) is attached to this synopsis. Arrange and coordinate the transfer of the 65 FT EOD Support Craft MK-II (65SCMK2). Repair and refurbishment requirements include blast and preserve pilot house exterior, hull exterior, and diver platform. Consider marine coatings to contain heavy metals (e.g. lead, chromium, cadmium), hexavalent chromium, crystalline silica, and/or other toxic or hazardous substances until laboratory analysis establishes otherwise. Remove and replace port rear window in pilot house. Repair Diver's Platform Hand rail. Remove and install tile in pilot house (1-4-0-C), APSS/ROV CONT SP (1-8-1-C), Berthing Comp (2-3-0-L), Diver's Prep Galley (2-6-0-Q) and Passage (1-8-2-L). Non-skid pilot house top deck, main deck, engine room deck plates, and lazarette deck plates. Remove existing decking and install new tile system to WR & WC (2-9-2-Q). Remove remnants and install new 4 fixed stations FR 2 & 5 both port and starboard main deck. Replace life lines on main deck and top deck of pilot house. Chlorinate and flush fresh water tank. On load diesel fuel and potable water. Install new hard tube from fuel tanks to suit heater. Temporarily remove, inspect and reinstall propeller shafts running gear. Temporarily remove, inspect and install rudders. Arrange and coordinate the transfer of the vessel back to the Government with the Contracting Officer via the COR. This requirement is anticipated to be a Total Small Business Set-Aside. Examples of work to be performed: Plating and structural member cuts shall be neatly and accurately made with edges cleaned and prepared for welding. Sharp edges shall be ground smooth to avoid injury to personnel. Piping ends shall be covered with appropriate covers to prevent system contamination. Open areas in structure shall be covered to prevent water entry. Equipment, machinery and associated support systems shall not leak oil, water or other type of fluids. Tanks and voids opened shall be clean, dry, and pass Government inspection prior to being closed. Temporary protective measures shall be taken to avoid wear and damage to the vessel and all associated components. Water shall not be allowed to accumulate in the hull or structure during work performance. Prevent corrosion and deterioration of the vessel and all associated components. Vessel shall be maintained in a broom clean condition on a daily basis. Vessel shall be free of visual contaminants such as oxide films, oils, grease, dust, dirt, or foreign material with all preservation coatings fully cured prior to final delivery to the Government. Machinery and equipment shall be protected against weather hazards. Machinery, equipment and electrical cables shall be protected against accidental movement or shifting in exposed locations. Machinery, fittings, structures and equipment are to be in accordance with Government specifications, it is intended that commercial marine equivalents, when approved by the by the Government, may be substituted. Workmanship provided by Contractor employees shall be consistent with the highest standards of commercial marine practices and regulatory bodies. Vessel Characteristics: 65 FT EOD Support Craft MK-II (65SCMK2) Built by: Oregon Iron Works Length: 65FT Draft FWD: 3 FT - 2 IN Width: 19FT Draft AFT: 4 FT - 2 IN Age: 26 YRS Full Displacement: 37 L Tons Hull Type: Alluminum
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A-15-R-0010/listing.html)
 
Record
SN03675638-W 20150325/150323234921-0c981145d1e32f87f1517d6607654cef (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.