MODIFICATION
19 -- Maintenance, Preservation, and Repair of YT-800
- Notice Date
- 5/15/2018
- Notice Type
- Modification/Amendment
- 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
- N4523A18R1058
- Archive Date
- 5/8/2018
- Point of Contact
- Brittany N Chartier, Phone: 3604765708, Gary Binder, Phone: 360-476-5706
- E-Mail Address
-
brittany.chartier@navy.mil, gary.binder@navy.mil
(brittany.chartier@navy.mil, gary.binder@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- INFORMATION FOR POTENTIAL OFFERORS: 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) Yard Tug - YT-800. YT-800 Tug (Manhattan) has the following specifications: •· Built by Marinette Marine •· Length: 109 FT •· Draft: 14 FT •· Width: 31 FT - 0 IN •· Full Displacement: 356 L Tons •· Age: 52 YRS •· Light Load: 283 L Tons •· Hull Type: Steel The contractor's facility must possess the capability of accommodating one (1) Yard Tug with the dimensions as stated above. YT-800: 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 all fendering and replace all fendering fasteners. Preserve steel half pipe fenders. Replace zinc anodes. Blast, Inspect and Preserve the underwater Hull. Accomplish engine room bilge preservation. Install ladder to engine room bilge. Repair ships whistle. Trim freeing ports. Repair bilge pump foundation. Install life raft foundation Open, Clean, Inspect and preserve Tanks/Voids. Open, pump & clean the Marine Sanitation Device tanks. Blast and preserve Aft Steering compartment. Disinfect and certify potable water system. Blast, inspect and preserve the nonskid on the main deck, boat deck and pilot house top. Repair pilot house windows. Conduct 1, 5 and 15 year maintenance intervals on the Schottle Z-Drive system. Accomplish top end overhaul on caterpillar main engines. Install high capacity fuel filter on main engines. Install duplex fuel filters on diesel generators. Replace air compressors. Repair air compressor piping. Perform hydrostatic test air receiver tanks. Replace fuel oil transfer pump. Overhaul ships service diesel generators. Replace winch and capstan controllers. Install electric/hydraulic mast lift. Repair air conditioning system. Remove space heaters from crews berthing. Accomplish sea valve repairs. Install diesel generator keel cooler drain valves. Install fire pump keel cooler drain valve. Install fuel filter. Repair hydraulic hoses. Undock the vessel. Assist vessel crew with conducting sea trials. 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 contractor will arrange for and transport the vessel from the Government facility at Bremerton, WA to the Contractor's repair facility. Upon completion of all work coordinate delivery of the vessel to the Government facility at Bremerton, WA The expected Period of Performance is scheduled to be: 2 October 2018 to 18 January 2019. The Government is contemplating a 100% small business set-aside under the North American Industry Classification System (NAICS) 336611, size 1,250 employees. The Government intends to post a request for proposals in May 2018 and anticipates award of the Firm-Fixed Price, stand-alone contract in August 2018 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.fbo.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. Contracting Officer Address: Puget Sound Naval Shipyard Code 440 STOP 2026, 1400 Farragut, Bremerton, WA 98314-2026 Access to the reference file (Attachment J-6) must be requested via email, brittany.chartier@navy.mil. File will be exchanged via SAFE File Exchange. Point of Contact: Primary: Brittany Chartier, Contract Specialist brittany.chartier@navy.mil Phone: 360-476-5708 Alternate: Gary E. Binder, Contracting Officer gary.binder@navy.mil Phone: 360-476-5706
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18R1058/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN04923056-W 20180517/180515230722-8c7d99706f1cc6b67849bbe72acba60b (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 |