Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2023 SAM #7827
SOLICITATION NOTICE

J -- Service Life Extension Program for YTT-10

Notice Date
5/1/2023 1:46:18 PM
 
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
N4523A23R1060
 
Response Due
5/15/2023 11:00:00 AM
 
Point of Contact
Christopher Parker, Phone: 3609793943, Alex Marcinkiewicz
 
E-Mail Address
Christopher.l.parke1@navy.mil, alex.r.marcinkiewicz.civ@us.navy.mil
(Christopher.l.parke1@navy.mil, alex.r.marcinkiewicz.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
INFORMATION FOR POTENTIAL OFFERORS: The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), Bremerton, WA intends to award a stand-alone firm-fixed-price contract to accomplish�the Service Life Extension Program (SLEP) in support of one (1) YTT-10 Battle Point (YTT-9 Cape Flattery Class Torpedo Trials Craft (S-P)). Work will be accomplished at the Contractor's facility.� YTT-10 Characteristics Built by: McDermott Shipyards Length: 186 FT - 6 IN Width: 40 FT� 8 3/4� IN Age: 29 Years Hull Type: Steel Draft: 10 FT- 5 IN Fwd, 10 FT- 4 IN Aft, Molded (10�6�) Full Displacement: 1269 L Tons Light Load 1010 L Tons Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR) to receive the vessel at the Contractor�s facility. Replace Propeller, Preserve Engine Room Bilge, SSDG Alternator End Bearing Replacement, Ballast Pump/Motor Replacement, Dynamic Positioning System Upgrade, Replace Bailey Monitoring & Control System, Fire Detection System Upgrade (OPTION), Ships Service Generators Replacement, Main Engine and Reduction Gear Replacement, Electrical Switchboard Upgrade, Pilot House Flooring Replacement, Hand Rail and Stanchion Replacement, Wind Sensor Replacement, Motion Reference Unit Replacement, DGPS Fugro Seastar Replacement, Tank Cleaning and Touch up Preservation, and Sea Trials. Coordinate with AIT to support and accomplish all contract requirements prior to the availability end date. Arrange and coordinate the pickup of the vessel from the Contractor�s facility by the Government with the Contracting Officer via the COR. The notional schedule is listed below is provided for planning purposes only.� YTT-10 Period of Performance: 05 Dec 2023 to 02 Sep 2024 The Government is contemplating a 100% small business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,250 employees. The Government intends to post a request for proposals in May 2023 and anticipates award of a firm fixed-price, stand alone contract to the responsible offeror on a lowest price, technically acceptable basis in accordance with, but not limited to Federal Acquisition Regulation (FAR) 15.101-2. All offerors must be registered with the System for Award Management (SAM) to recieve award of Government contracts. Offerors are advised that SAM representations and certifications can be completed electronically via the SAM 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 for planning purposes only, and will not be considered an offer by the responsding party and cannot be accepted by the Government to form a binding contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6375b95fae23486b89e1b8128e0fca11/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06667183-F 20230503/230501230110 (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.