Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2018 FBO #6180
SOLICITATION NOTICE

19 -- Maintenance, Preservation, and Repair of the YP-701 - YP-701 DRAFT Statement of Work

Notice Date
10/23/2018
 
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
N4523A19R1067
 
Archive Date
11/23/2018
 
Point of Contact
Brittany N Chartier, , George R. Rutt,
 
E-Mail Address
brittany.chartier@navy.mil, george.rutt@navy.mil
(brittany.chartier@navy.mil, george.rutt@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft Statement of Work, YP-701 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 the Yard Patrol (YP)-701 Liberty Bay. Yard Patrol (YP)-701 Liberty Bay have the following specifications: Length: 108 FT Draft: 6 FT 0 IN Width/Beam: 24 FT - 0 IN Full Displacement: 175 L Tons Propulsion: Diesel Engines Age: 34 Years Hull Type: Wood The contractor's facility must possess the capability of accommodating the YP-701 with the dimensions as stated above. 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. Inspect the hull, freeboard, and main deck including bulwarks, handrails and appendages. Inspect the main cabin, pilot house, and interior of vessel including compartments. Repair/replace hull planking. Replace underwater body, hull and freeboard preservation coatings including bulwarks, caprails, and appendages. Replace Non-skid on the main deck, main cabin deckhouse, and pilot house. Replace shaft strut zinc anodes, transom zinc anodes, rudder zinc anodes and bilge-keel zinc anodes. Remove, sweep-blast clean and inspect rubber fender and materials. Offload fuel, clean and inspect fuel tanks and potable water tanks. Flush and certify potable water system. Remove boat name plaques and retain for future reinstall. Remove, inspect, and re-assemble/reinstall propulsion shaft material. Remove, inspect, and re-assemble/reinstall propulsion shafts. Remove, inspect, reinstall, and balance propellers, conduct blue-fit propeller test. Conduct rudder swing test, remove, inspect, reinstall, and conduct final rudder swing operational test. Perform operational tests of the vessel's hydraulic system, diesel engines and diesel generators, electrical, and lighting systems. Undock the vessel. Perform dock and sea trials. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. The Contractor will a rrange for and transport the vessel from the Government facility at the Naval Undersea Warfare Center Division in Keyport, WA to the Contractor's repair facility. Upon completion of all work coordinate delivery of the vessel to the Government facility at the Naval Undersea Warfare Center Division in Keyport, WA. Provide all materials, labor, and insurance bonds necessary for the safe transport of the vessel to and from the Contractor's facility and for the period that the vessel is located at the Contractor's repair facility. The expected Period of Performance is scheduled to be: 10 April 2019 to 2 July 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 November 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 Point of Contact: Primary: Brittany Chartier, Contract Specialist brittany.chartier@navy.mil Alternate: George Rutt, Contracting Officer george.rutt@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A19R1067/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN05132168-W 20181025/181023230549-e9c18815a6f72f6f7e464edf85b16fe4 (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.