Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2020 SAM #6702
SOLICITATION NOTICE

J -- UFDD-29 and UFDD-54: Maintenance, Repair, and Preservation

Notice Date
4/3/2020 10:00:17 AM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A20R1059
 
Response Due
4/18/2020 2:00:00 PM
 
Archive Date
05/03/2020
 
Point of Contact
Brian Fergus, Phone: 360-476-4071, Chris Campbell, Phone: 360-476-4238
 
E-Mail Address
brian.fergus@navy.mil, chris.campbell@navy.mil
(brian.fergus@navy.mil, chris.campbell@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Synopsis UFDDs 29 & 54: 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 two deep draft utility floats (UFDD) located at the Puget Sound Naval Shipyard, Bremerton, WA. Each UFDD has the following general, but unusual, characteristics: ����������������������� ����������� UFDD-29������������������� UFDD-54 Length:� � � � � � � � � � � � �60 FT� � � � � � � � � � � � �60 FT Beam:� � � � � � � � � � � � � �15 FT� � � � � � � � � � � � �15 FT Draft:� � � � � � � � � � � � � � 1 FT � 6 IN�������������� 1 FT � 6 IN UNDERCARRIAGE EXTENDS 30 FT DOWN IN THE WATER Full Displacement:������ � 26 L Tons�������������� 26 L Tons Deadweight:� � � � � � � � � � 50 L Tons�������������� 50 L Tons Hull Material:� � � � � � � � � � � Steel� � � � � � � � � � � � �Steel The contractor�s facility must possess the capability of accommodating two UFDDs at their facility with their unusual characteristics as stated above.� UFDDs 29 & 54�s Scope of work overview - 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 each vessel. �Remove each rubber fender from each float undercarriage structure.� Sweep blast clean each rubber fender.� Remove existing and install new zinc anodes.� Blast and preserve the underwater body, hull, freeboard, and undercarriage structure surfaces of each vessel.� Accomplish a visual and ultrasonic test (UT) inspection of the underwater body, hull, freeboard, and undercarriage structure surfaces of each vessel.� Open, pump, clean, ventilate, gas free, and maintain dry each tank/void on each vessel.� Accomplish Tank/Void touch up preservation on each vessel.� Accomplish a preliminary and final air test of each tank/void on each vessel.� Blast and preserve void access cover surfaces on each vessel.� Remove existing and install new non-skid to the Main Deck surfaces of each vessel.� Accomplish a visual and UT inspection of the Main Deck plating surfaces on each vessel.� Renew one section of fender rubber on UFDD-29.� Remount each rubber fender from each float undercarriage structure.� Undock each vessel.� Arrange and coordinate the delivery of each vessel back to the Government with the Contracting Officer via the COR. Expected Period of Performance is as follows:� September 2020 � October 2020. The Government is contemplating a competitive small business set aside solicitation.� The Government intends to post a request for proposals in late April 2020 and anticipates award of the Firm-Fixed Price, stand-alone contract by 1 August 2020 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://beta.sam.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
SAM.gov Permalink
(https://beta.sam.gov/opp/4d829ff65be14731affd732570c34c58/view)
 
Place of Performance
Address: WA, USA
Country: USA
 
Record
SN05609790-F 20200405/200403230139 (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.