Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2020 SAM #6622
SOURCES SOUGHT

J -- Docking and Maintenance of 2 YC Barges

Notice Date
1/14/2020 11:25:35 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
N4523A20R1058
 
Response Due
1/30/2020 1:00:00 PM
 
Archive Date
02/14/2020
 
Point of Contact
Matthew E Kohler, Phone: 3604761356, Gary Binder, Phone: 3604765706
 
E-Mail Address
matthew.e.kohler@navy.mil, gary.binder@navy.mil
(matthew.e.kohler@navy.mil, gary.binder@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Regional Maintenaqnce Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS &IMF) is conducting market research to determine industry capability and interest in performing the docking and maintenance work in support of two YC Barges (YC-1645 and YC-1646).� Work will be accomplished at the Contractor's facility.� The Government is seeking responses from sources that can perform the following work: � � � � � � � � � � � � � � � � � � � � � � � � � � � YC-1645� � � � � � � � � � � � � � � �YC-1646 Built:�� � � � � � � � � � � � � � � � � � � � � � �1990� � � � � � � � � � � � � � � � � � � 1994 Length:� � � � � � � � � � � � � � � � � � � � �110 FT� � � � � � � � � � � � � � � � � �110 FT Beam:� � � � � � � � � � � � � � � � � � � � � �� 32 FT� � � � � � � � � � � � � � � � � � � 32 FT Light Displacement:� � � � � � �115 L Tons� � � � � � � � � � � � � � 115 L Tons Full Displacement:� � � � � � � � 659 L Tons� � � � � � � � � � � � � � 659 L Tons Draft:� � � � � � � � � � � � � � � � � � � � � � � 1.5 FT� � � � � � � � � � � � � � � � � � �1.5 FT Dead Weight:� � � � � � � � � � � � � �544 L Tons� � � � � � � � � � � � � � 544 L Tons Hull Material:� � � � � � � � � � � � � � �STEEL� � � � � � � � � � � � � � � � � � � STEEL Coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR) to deliver each vessel to the Contractor�s facility. Dock, wash, and clean the exterior surfaces of the vessels upon docking. Blast and preserve all exterior surfaces of the vessels. Remove, clean and remount fendering rubber and fasteners. Air test and preserve the interior of the steel half pipe fenders. Spot preserve all tanks and voids as directed. Replace zinc anodes on each vessel. Remove existing manhole covers and water tight hatch. Preserve interior and exterior surfaces of each. Renew all manhole and water tight hatch gaskets. UT hull and main deck plating thickness on each vessel. VT hull, main deck, and tanks/voids�plating and framing for damage and deterioration on each vessel. Remove handrail brackets on each vessel. Apply new non-skid systems to main deck on each vessel. Open, clean, inspect, and test tanks. Undock the vessels. Arrange and coordinate the delivery of the vessels back to the Government with the Contracting Officer via the COR. 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. YC-1645�and YC-1646�Period of Performance:� June 2020 through August�2020 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 ""YC-1645�and YC-1646�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 YC-1645 and YC-1646 package? When to Submit: Responses are requested no later than 1:00PM PT, on 30 January�2020. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/26887585c96f4e73b27a65c6ce80ecc7/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05534699-F 20200116/200114230138 (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 |
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.