SOLICITATION NOTICE
J -- YT-808 Class Ship Alteration YT-0110D
- Notice Date
- 4/17/2024 10:15:46 AM
- Notice Type
- Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A24R1063
- Response Due
- 4/29/2024 12:00:00 PM
- Archive Date
- 05/14/2024
- Point of Contact
- Jeff Jaeckel, Chris Davidson
- E-Mail Address
-
jeff.a.jaeckel.civ@us.navy.mil, christopher.t.davidson7.civ@us.navy.mil
(jeff.a.jaeckel.civ@us.navy.mil, christopher.t.davidson7.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- 17 April 2024 - Update - Response to solicitation question 007 has been posted. Please see attachment. __________________________________________ 12 April 2024 - Update - Responses to solicitation questions 001-006 have been posted. Please see attachments.� __________________________________________ The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), Bremerton, Washington intends to award a stand-alone Firm-Fixed-Price contract to accomplish YT-808 Class Ship Alteration YT-0110D of five (5) Tugs (YT-808, YT-810, YT-811, YT-812 and YT-813). All five (5) YT Tugs characteristics are 90 FT length, 38 FT width, 16.5 FT draft, 432 long tons light load, hull type is steel v hull and age is 3 years. The contractor's facility must possess the capability of accommodating the YT-808 Class with the dimensions as stated above. 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. Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR) Government delivery of each vessel to the Contractor�s facility. Replace Main engine mounts. Coordinate the Government custody transfer with the Contracting Officer via the COR. The vessels availability are 16 July 2024 through 18 December 2024. This is a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,300 employees. All offerors must be registered with the System for Award Management (SAM) to receive award of Government contracts. Offerors are advised also that SAM representations and certifications can be completed electronically via the System for Award Management website at https://www.sam.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ed1304fab5a84bb0b6d33fe1eade6d7e/view)
- Record
- SN07033251-F 20240419/240417230057 (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 |