Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2021 SAM #7314
SOURCES SOUGHT

J -- YT 803 - Large Harbor Tug Maintenance, Repair, and Preservation

Notice Date
12/8/2021 1:20:55 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
N4523A22R1056
 
Response Due
12/21/2021 12:00:00 AM
 
Archive Date
01/05/2022
 
Point of Contact
Nick Crowell, Chris Campbell
 
E-Mail Address
nicholas.a.crowell@navy.mil, chris.campbell@navy.mil
(nicholas.a.crowell@navy.mil, chris.campbell@navy.mil)
 
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, repair, and preservation on one large harbor tug, YT 803. The vessel characteristics can be found in section 1.1 of the attached draft Statement of Work�(SOW). The Contractor�s facility must possess the capability of accommodating the YT 803 with the characteristics as found in the SOW. Coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR) to deliver the vessel to the Contractor�s facility. �Upon docking vessel, wash and clean vessel. Replace Zinc�s. Replace preservation on underwater hull and freeboard, main deck and pilot house non-skid. Hull and Freeboard, main deck UT inspections. Hull and Freeboard, main deck visual inspection. Groom Shore power panel, MVAC system, Navigation Light System, Searchlights, Schottel Systems, McCain Hailer System, Tank Indications and touch screens. Flush/clean MCD, Winch HPU, Generator Heat exchangers, clean Main engine coolers and after coolers. Overhaul Winch. Repair hull valves. Preserve engine room bilge. Replace winch hydraulic hoses. Replace mast hydraulic host.� Replace main engine jacket water pump, sea water pump.� Overhaul sea strainers. Calibrate Sea Doppler. Calibrate Depth sounder. Replace joint between cabins. Preserve Black Sewage tank. Adjust Stub mast. Replace fender straps on Bow and Stern. Install handrails at Engine room hatch, lower crew berthing hatch, drive room hatch and AFT rope locker. Replace Port and STBD life raft mounts. Repair handrails at fire monitor stations, FWD Center handrails and Deck stairway handrails. Install line hooks. Preserve Interior of Main Engine room Ventilation Plenum, HVAC and Galley Intake Plenum, Main Engine Intake Plenum. Replace Main Deck and Crews head commode. Repair Galley seating. Modify AFT rope locker ladder. 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. Period of Performance: June 2022�through October 2022 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 ""N4523A22R1056�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? 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 SAM website (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/dfee0c1466224ea1b2280be30a19d736/view)
 
Place of Performance
Address: Bremerton, WA, USA
Country: USA
 
Record
SN06194212-F 20211210/211208230135 (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.