SOURCES SOUGHT
J -- Beluga Barge
- Notice Date
- 1/10/2020 10:43:25 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A20R1065
- Response Due
- 1/21/2020 9:00:00 AM
- Archive Date
- 02/05/2020
- Point of Contact
- Cindy J. Means, Brittany N Chartier
- E-Mail Address
-
cindy.means@navy.mil, brittany.chartier@navy.mil
(cindy.means@navy.mil, brittany.chartier@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- INFORMATION FOR POTENTIAL OFFERORS: The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), Bremerton, Washington is conducting market research to determine industry capability and interest in docking of and performance maintenance, repair and preservation work in support of one (1) Beluga Barge. All work shall be accomplished at the Contractor�s facility. Special Note: Contractor's facility must be capability of dry-docking the vessel in order to accomplish all required work. Accommodating one (1) Beluga Barge with the dimensions as stated above. Beluga Barge Characteristics: Built by: Zidell Dismantling, Inc. Age is Approx: 42 years Length of 240 FT Draft of 2.8 FT FWD/3.3 FT AFT Width of 60 FT Displacement is approx. 988.25 LT Hull Type is Steel Geographical Area of consideration: This vessel is home ported at PSNS&IMF, WA.� To facilitate proper government oversight, the facility shall be located in the Puget Sounds, WA region.� For this procurement, the Puget Sound region is defined as the West Coast of the continental US, starting from Olympia, WA extending northward to Bellingham, WA The Government is seeking responses from sources that can perform the following work: ��Coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR) to deliver the vessel from Government facility at Puget Sound Naval Shipyard (PSNS) in Bremerton, WA to the Contractor�s facility. Dock, wash, and clean the exterior surfaces of the vessel upon docking. Replace rubber fenders. Install new zinc anodes. Accomplish Hull and Freeboard preservation. Accomplish Hull and Freeboard visual inspection. Accomplish Tank/Void preservation. Accomplish Tank/Void air test. Accomplish Main Deck preservation. Undock the vessel. Arrange and coordinate the delivery of the vessel to the Government facility in Bremerton, WA, with the Contracting Officer via the COR.�� See attached DRAFT Statement of Work for more detail. The estimated Period of Performance for this potential requirement is estimated to be October 2020 to February 2021. This notional schedule is provided for planning purposed only. The Government is not obligated to purse this schedule or a future solicitation as a result of this sources sought. What/Where to Submit: Interested companies should submit, on company letterhead, a notice of interest including the name, Cage Code, DUNS number, telephone number, mailing address and e-mail address of a minimum 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 ""Beluga Barge - Sources Sought Response"" in the subject field. The notice of interest should include a brief description of your company and its capabilities. There is no page limit or specific formatting required for your response; however, please only submit a response in Microsoft Word of Adobe PDF file types. Specifically, please address the following questions below: 1. Your Company must be successfully capable of dry-docking the vessel and have demonstrated this ability within the past 36 months. This vessel is estimated in excess of 980 LT tons. Please provide a generalized dry docking plan with specifications regarding the dry docking capability of all equipment or combination thereof. The plan should be detailed enough to demonstrate that your company will reasonably dry dock the vessel. Please provide relevant examples within the past 36 months of similar sized vessels your company has dry-docked. The government may contact your company with follow-up questions and/or request additional materials as part of market research efforts about potential facilities in the area of consideration. 2. 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)? 3. 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. 4. 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)? 5. Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the�Beluga Barge�package? When to Submit: Responses are requested no later than 9 a.m. Pacific Time, on 21 January 2020. Responses will be reviewed as they are received. 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 Beta.SAM 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2f42df179b97483bae49f4853ebe42bb/view)
- Place of Performance
- Address: WA, USA
- Country: USA
- Country: USA
- Record
- SN05532195-F 20200112/200110230130 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |