SOURCES SOUGHT
J -- Caisson 5 - Maintenance, Repair, and Preservation
- Notice Date
- 10/22/2020 1:37:37 PM
- Notice Type
- Sources Sought
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A21R1056
- Response Due
- 11/3/2020 1:00:00 PM
- Archive Date
- 11/18/2020
- Point of Contact
- Brian Fergus, Phone: 360-471-4071
- E-Mail Address
-
brian.fergus@navy.mil
(brian.fergus@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 Caisson 5.� 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 Length of 147 FT 4 IN���������������������� Height of 54 FT Draft of 28 FT Width of 22 FT 11 IN������������ Light Load Displacement is approx. 1729 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 & preserve Hull Exterior.� Blast and preserve all tanks.� Hull corrosion weld repairs.� Replace 2 Ea. main Caisson disconnects (600Amp).� Replace all electrical panels and disconnects (lighting, heating, motor operators MX), consolidate replacement panels; NEMA 4X.� Install new control panel (remote valve operation, TLIs, alarms).� Replace access hatch with a dog house.� Keel plate has heavy pitting and must be repaired.� UT caisson plating and structural members.� UT sinking valve piping and discharge valve piping for both No. 1 and No. 2 dewatering pumps and weld repair.� UT Sinking valve piping, weld repair as required.� UT Cleats on weather deck.� Replace machinery space light fixtures with LEDs.� Install new LED emergency lighting, with batteries capable of providing 8 hours of illumination once power is secured.� Replace Hull and Tank zincs.� Install new machinery hatches on weather deck above pumps.� Relocate tank vents from hull side to weather deck and install goose necks.� Widen End tank hatches and install on hinges.� Reduce size of main tank hatch, or install post/means to secure hatch when open.� Remove/clean/preserve weather deck stanchions.� Replace receptacles with marine type.� Concrete repairs.� Replace 2 ea. main dewatering pump discharge valves (18"") and check valves.� Replace 2 ea. sinking valves (24"").� Replace 2 ea. main dewatering pumps and motors (8000GPM).� Replace Equalizer Valves 2 ea. (10�).� Replace No. 1 and No. 2 Sea Valve (8"").� Replace 20� 8� from hull to end tank valve included.� Replace all grease lines and upgrade steady bearings.� Remove grease lines to steady bearings and replace with plastic for reach rods.� Replace any bent valve stems / op-rods.� Weather Deck, grind down any tripping hazards.� 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 120 days.� For planning purposes, the Period of Performance shall commence between 1 September 2021 and 01 December 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 ""Caisson 5 - Sources Sought Response"" in the subject field. � Brian Fergus Contract Specialist brian.fergus@navy.mil� 360-476-4071 Steve Barry Contracting Officer steven.e.barry@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 1729 L tons and has a draft of 28 FT. �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 Caisson 5 package? When to Submit: Responses are requested no later than Close of Business, on 3 November 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/e144cc8243564fa1babab0962df7cf9b/view)
- Record
- SN05836462-F 20201024/201022230144 (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 |