SOLICITATION NOTICE
19 -- Caisson 3 - Caisson 3
- Notice Date
- 10/18/2018
- 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
- N4523A19R1058
- Archive Date
- 11/9/2018
- Point of Contact
- Connor O. Theisen, , George R. Rutt,
- E-Mail Address
-
connor.theisen@navy.mil, george.rutt@navy.mil
(connor.theisen@navy.mil, george.rutt@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work Caisson 3 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 Caisson 3 located at Puget Sound Naval Shipyard, Bremerton. Caisson 3 has the following general characteristics: Caisson 3: L 133' 8 ¾ '' x W 22' with a Draft of 17.5' Full Displacement: 1727 L Tons Light Load: 798 L Tons The contractor's facility must possess the capability of accommodating one (1) caisson at their facility with the dimensions as stated above. Caisson 3 Scope of work overview - 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. Wash and clean the interior surfaces of the Main and Trim tanks of the vessel upon docking. Blast and preserve exterior hull surfaces including Floodthru tubes, Superflood tubes, Sinking tubes, and Dewatering piping tubes, topside, underwater body surfaces, and tanks of the vessel. Replace non-skid on weather deck surface. Accomplish visual inspections of hull and body, weather deck, tanks, and operations surfaces. Replace hull and tank zinc anodes. Inspect rubber seal and replace filler. Inspect boarding ladders and perform weight testing. Remove, clean, and inspect rubber fenders. Replace FWD and AFT pedestrian ramp hinges. Replace top-side lighting. Replace weather stripping/seals for access hatch and emergency hatch. Blast and preserve tank access/hatches. Replace gaskets in tank access/hatches. Rotate specified valve operators. Open and inspect electrical panels. Open and inspect capstan motor/gearboxes. Service ventilation system. Open and inspect all valves and pumps. Replace mechanical tank seals on dewatering and superflood motor shafts. Clean and inspect valve reach rods and pump shafts. Install operator-deck grease lines for floodthru valves. Undock the vessel. Perform dock trials. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. Expected Period of Performance is as follows: 26 April 2019 to 2 August 2019 The Government intends to post a request for proposals in November 2018 and anticipates award of the Firm-Fixed Price, stand-alone contract by 30 January 2019 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A19R1058/listing.html)
- Place of Performance
- Address: Contractor's facility, United States
- Record
- SN05128511-W 20181020/181018230705-afcb3d56e5e767f456412bb1325496e7 (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 |