Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2016 FBO #5165
SOLICITATION NOTICE

J -- Preservation USS Stennis CVN 74 PIA

Notice Date
1/12/2016
 
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-16-R-0005
 
Point of Contact
Jodi E. Van Slyke, Phone: 3604764072, Charles R. Smith, Phone: 3604766698
 
E-Mail Address
jodi.vanslyke@navy.mil, charles.r.smith13@navy.mil
(jodi.vanslyke@navy.mil, charles.r.smith13@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Northwest Regional Maintenance Center (NWRMC), Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), Industry Management Department, Code 441 has a requirement to provide preservation and associated structural requirements for USS JOHN C. STENNIS (CVN 74) FY-16 PIA aircraft carrier maintenance availability. The contractor shall furnish the necessary management, material support services, labor, supplies, and equipment deemed necessary to perform depot level preservation at Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, WA (Controlled Industrial Area). Typical work to be performed in Planned Incremental Availability (PIA) may include surface preparation and painting for complete or touch-up preservation of interior and exterior surfaces. The work may also include tank preservation that requires access from exterior of ship, while waterborne, coordination and integration with other contracted work, and/or integration with the Naval Supervising Activity (NSA) work. Many of the spaces and tanks require specialized surface preparation and painting equipment due to configuration of the structure and equipment in the tanks. Additional work may include the installation and maintenance of staging, structural repair work (associated with the preservation process), pumping and cleaning of various tanks. Ship exterior and interior access cuts may be required to bring equipment into the compartment for the preservation effort. This contract does NOT include complete replacement of flight deck or hanger bay non-skid preservation systems. Contractor repair of existing flight deck and hanger bay non-skid, as a result of new or disturbed surfaces, is permitted. This contract does NOT include work in main propulsion spaces or associated nuclear work areas. The anticipated period of performance of this requirement is 10 June 2016 through February 2017, with integration/planning work beginning 10 June 2016 and execution phase beginning 15 September 2016. This acquisition will result in a standalone contract on the basis lowest price technically acceptable in accordance with Federal Acquisition Regulation (FAR) 15.101-2. The factors and associated sub factors will evaluate Offeror's technical capability, past performance, and price. It is anticipated that this contract will primarily be fixed price line items, but may include a small cost-reimbursable line item for unforeseen structural repair work associated with the preservation process. The solicitation N4523A-16-R-0005 and any subsequent amendments will be posted to this website. The anticipated posting date of solicitation N4523A-16-R-0005 is mid-February 2016 with a closing 30 days after solicitation posting. Complete proposal submittal requirements, statement of work, and work specifications will be included in the solicitation. Prospective Offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the Offerors to access the posted documents. Prospective Offerors should also register at FEDBIZOPPS on the interested vendor list under N4523A-16-R-0005. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or FAXed. All responsible sources may submit a bid, proposal or quotation which shall be considered by PSNS&IMF. Offerors must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement at http://www.ccr.gov. This synopsis is not a request for competitive proposals nor is it intended to in any way create an obligation on the part of the Government. All questions regarding this notification shall be submitted in writing to Ms. Jodi Van Slyke via email at jodi.vanslyke@navy.mil with a carbon copy to Mr. Charles R. Smith at charles.r.smith13@navy.mil and reference solicitation number N4523A-16-R-0005.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A-16-R-0005/listing.html)
 
Place of Performance
Address: 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207, United States
Zip Code: 98207
 
Record
SN03988729-W 20160114/160112234309-6de927c0866d54174648f0b69d834bf2 (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.