SOURCES SOUGHT
J -- Maintenance, Preservation, and Repair of YON-319
- Notice Date
- 10/8/2020 12:33:35 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
- N4523A21R1055
- Response Due
- 10/20/2020 11:00:00 AM
- Archive Date
- 11/04/2020
- Point of Contact
- Brittany N Chartier, Brian Fergus
- E-Mail Address
-
brittany.chartier@navy.mil, brian.fergus@navy.mil
(brittany.chartier@navy.mil, brian.fergus@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interest in performing maintenance and preservation, and repair in support of one (1) YON-319 Fuel Barge. Work will be accomplished at the Contractor's facility. The Government is seeking responses from sources that can perform the following work: YON-319 Characteristics Built by: Orange Shipbuilding Co. Length: 226 FT - 0 IN Width: 42 FT� 0 IN Age: 24 Years Hull Type: Steel Draft: 10 FT- 0 IN Full Displacement: 2715 Tons Light Load: 702 Tons Scope Overview: 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. �Install new zinc anodes.� Accomplish steel half pipe fender float coat and test. Accomplish Skeg float coat and test. Accomplish Hull and Freeboard preservation.� Accomplish Hull VT/UT inspection.� Accomplish Tank/Void repairs.� Accomplish Tank/Void air test. Install new gaskets to void/tank covers. �Accomplish Main Deck non-skid preservation. �Accomplish Main Deck VT/UT inspection.� Accomplish replacement of cofferdam drain plugs and lanyards. Accomplish nav light station removal and install new. Accomplish replacement and testing of hatch life lines. Accomplish tank vent repairs. Accomplish grounding reel installs. Accomplish fuel header modifications. Accomplish gear storage locker installation, blast & preservation and hose test. Accomplish forward mast removal and install new. Accomplish Mechanical Deck House blast and preservation. Accomplish Mechanical Deck House non-skid preservation. �Accomplish painted label installation. Accomplish hazmat locker installation. Accomplish electro magnetic door retainer removal and mechanical door retainer installation. Accomplish bulkhead penetration repairs. Accomplish door gasket replacement and test. Provide service manual for existing engine and accomplish maintenance. Accomplish navigation lighting repairs. Accomplish forward cargo deck flood light repairs. Accomplish tank high level alarm testing and inspection. Accomplish office power cable and conduit installation. Accomplish shore power repair. Accomplish andtenna and rf transmission cable removal and stow. Accomplish Cargo Piping and valve preservation. Accomplish Double Block and Bleed valve repairs. Accomplish tank gate valve repairs. Accomplish Cargo Diesel Day Tank repairs. Accomplish gage functional check.� Undock the vessel. �Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. The notional schedule is 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. YON-319 Period of Performance July 2021 through October 2021 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 ""YON-319 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 YON-319 package? When to Submit: Responses are requested no later than 11:00AM PST, on 20 October 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 source sought; all costs associated with responding to this source 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 (beta.sam.gov). 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/8907705a7bdf419f8a742360ba574465/view)
- Place of Performance
- Address: WA, USA
- Country: USA
- Country: USA
- Record
- SN05824644-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 |