Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2018 FBO #5921
SOURCES SOUGHT

J -- YD-248 Floating Crane Life-Cycle Maintenance and Preservation - N4523A18R1052 YD-248 DRAFT Statement of Work (SOW)

Notice Date
2/6/2018
 
Notice Type
Sources Sought
 
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
N4523A18R1052
 
Point of Contact
Dylan J. Ford, Phone: 3604766438, Gary Binder, Phone: 360-476-5706
 
E-Mail Address
dylan.ford@navy.mil, gary.binder@navy.mil
(dylan.ford@navy.mil, gary.binder@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N4523A18R1052 YD-248 DRAFT Statement of Work (SOW) The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interest in performing maintenance and fabrication work in support of (1) Floating Crane (YD-248). Work will be accomplished at the Contractor's facility. The Government is seeking responses from sources that can perform the following work: FLOATING CRANE (YD-248) Characteristics Built by WESTMONT INDUSTRIES Length: 175 FT Draft: 4 FT Width: 75 FT - 0 IN Full Displacement: 1,732 L Tons Age: 25 YRS Light Load: 1,337 L Tons Hull Type: Steel Coordinate with the Contracting Officer, via the Contracting Officer's Representative (COR) to deliver the vessel to the Contractor's facility. Dock, wash, and clean the exterior surfaces of the vessel upon docking. Remove and clean rubber fenders. Replace zinc anodes. Open and clean tanks. Visually inspect hull, main deck, tanks, and crane. Ultrasonic test (UT) hull, and main deck. Fill and drain skegs with rust preventative compound. Blast and preserve hull and entire crane. Touch up preserve tanks. Preserve access covers. Replace main deck nonskid. Replace crane diesel engine. Remove and clean all wire ropes. Replace boom hoist motor. Inspect wire rope sheaves and equalizer bar. Operational test crane. Undock the Vessel. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. For greater detail see the attached DRAFT copy of the Statement of Work (SOW). The notional schedule listed below is provided for planning purposes only. The government is not obligated to pursue this schedule or a future solicitation because of this Sources Sought. •· Floating Crane YD-248 Period of Performance November 2018 through April 2019 What/Where to Submit : Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact. Please hand or digitally sign your letter of interest and e-mail it to the Government contacts listed below, with "SWOB-25 Sources Sought Response" in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in the description shown above, and answers to the following specific questions. Please limit your response to no more than 5 pages. 1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,250 or less employees)? 2. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance. 3. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? 4. Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the SWOB-25 package? When to Submit : Responses are requested no later than 2:00PM PST, on 20 February 2018. Notice Regarding Sources Sought : This sources sought is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This sources sought does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not seeking proposals at this time, nor accepting unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this sources sought; all costs associated with responding to this sources sought will be solely at the interested party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 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 sources sought announcement is released in accordance with FAR 15.201. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18R1052/listing.html)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN04811517-W 20180208/180206231203-152e5234adaf5d6fa4f94bc912111778 (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.