Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2020 SAM #6890
SOURCES SOUGHT

J -- YT-802 Large Harbor Tug Maintenance Repair and Preservation

Notice Date
10/8/2020 2:58:51 PM
 
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
N4523A21R1051
 
Response Due
10/22/2020 1:00:00 PM
 
Archive Date
11/06/2020
 
Point of Contact
Brian Fergus, Gary Binder
 
E-Mail Address
brian.fergus@navy.mil, gary.binder@navy.mil
(brian.fergus@navy.mil, gary.binder@navy.mil)
 
Description
The Northwest Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interest in the docking of and performance of maintenance, repair and preservation work in support of YT-802 VALIENT, a large harbor tug.� All work shall be accomplished at the Contractor's facility.� Special Note: Contractor�s facility must be capable of dry-docking the vessel in order to accomplish all required work. ����������� Vessel Characteristics� Built by Martinac Age is approx. 10YRS Length of 93 FT��������������������� Draft of 12 FT Width of 38 FT���������������������� Full Displacement is 581 L Tons����������� Light Load is approx. 453 L Tons����������� Hull Type is Steel������������������ Geographical Area of consideration: To facilitate proper government oversight, the facility shall be located in the Puget Sound, WA region.� For this procurement, the Puget Sound, WA region is defined as the West Coast of the continental US, starting from Olympia, WA and 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 to the Contractor�s facility.� Dock, wash, and clean the exterior surfaces of the vessel upon docking. Blast and preserve the entire vessel to include: exterior hull, houses and superstructure.� Remove, clean and install rubber fenders. Replace all hull and Sea chest zinc anodes. Replace sea chest grates. Conduct visual inspections (VT) of hull, superstructure, main deck, and tanks. Conduct ultrasonic inspections (UT) of the hull and main deck. Open, clean, remove fuel and liquids, and inspect all tanks.� Air test all tanks and the Skeg. Clean flush disinfect potable water system.� Bulwark Gunnel Door Repair. Fender Anchor System Repair. Main Deck Locker Vent Install. Install Escape Hatch Grab rails. Port Side Vertical Rubber Fender Repair. AFT �D� Rubber Chine Straps Repair. Fire Monitor Safety Chains Install. Brow Walkway Entrance Safety Chain Install. Manhole Covers Preservation. Engine Room Air Intake Fan Room Preservation. Hand Rails Repairs. Stack Tips Modifications. Galley Seating Repair. Brow Hydraulic Hose Repair. Mast Lines and Pulley Repair. Portholes Repair. Deckhouse Expansion Joint Repair. Install MCD Tank. MCD Drive Pump Repair. Engine Room Vent Silencer Repair. Winch Repair. Winch Mod. SSDG Repair.� Schottel Control Card Replacement. Port Steering Piping Repair. Steering Cooling Repair. MCD Cooler Repair. Winch Hydraulic Storage Tank Piping Repair. Sea Strainer Repair. Mast Hydraulic Hose Repair. Replace emergency escape hatches.� Replace main deck, wheelhouse, and roof deck non-skid.� Accomplish Schottel Z-Drive 1 and 5 year maintenance intervals.� Conduct port and starboard engine alignment.� Repair or replace sea valves.� Undock the vessel.� Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. The Estimated Period of Performance for this potential requirement is estimated at 97 days.� For planning purposes, the Period of Performance shall commence between 01 March 2021 and 01 June 2021.� The actual Period of Performance shall be negotiated/proposed if a solicitation is released for this requirement.� This notional schedule is provided for planning purposes only.� The Government is not obligated to pursue 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 ""YT-802 - Sources Sought Response"" in the subject field. � Brian Fergus Contract Specialist brian.fergus@navy.mil� 360-476-4071 Gary Binder Contracting Officer gary.binder@navy.mil 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: 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 580 L 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.�� 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)? 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. 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)? Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the YT-802 package? When to Submit: Responses are requested no later than Close of Business, on 22 Oct 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.GOV (beta.sam.gov) 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/e702ebbac8424e6ebe8469c327d89114/view)
 
Place of Performance
Address: WA, USA
Country: USA
 
Record
SN05824638-F 20201010/201008230155 (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.