SOLICITATION NOTICE
V -- RCD Barge Towing IDIQ
- Notice Date
- 6/12/2024 6:23:23 PM
- Notice Type
- Presolicitation
- NAICS
- 488330
— Navigational Services to Shipping
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A24R4001
- Response Due
- 6/26/2024 1:00:00 PM
- Archive Date
- 07/11/2024
- Point of Contact
- Rolf Jacobson, Brian Fergus
- E-Mail Address
-
rolf.a.jacobson.civ@us.navy.mil, brian.fergus@navy.mil
(rolf.a.jacobson.civ@us.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 and Intermediate Maintenance Facility (PSNS & IMF), Bremerton, Washington intends to award a stand-alone Fixed-Price with Economic Price Adjustment IDIQ contract to transport loaded barges from Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), Bremerton, Washington (WA), to the Port of Benton barge slip, near Richland, WA, on the Columbia River.� Each tow will consist of one or two barges with deck mounted cargo.� The cargo consists of a single sealed reactor compartment disposal package on each barge. Empty barges will be returned to the PSNS & IMF facility in Bremerton. The barges have the following general characteristics: Length: 230-250 feet� Beam: 60-68 feet� Deck height: 15 feet Draft: 4-7 feet when loaded Gross Tons: 1700 � 2200 tons A towing bridle up to and including the flounder plate and 30-foot pigtail (butt) chain is provided with each barge.�� Please refer to the attached draft performance work statement for additional information. Expected Period of Performance is as follows:� January 2025 to December 2029. The Government intends to post a request for proposals in June 2024 and anticipates award of the Firm-Fixed Price, stand-alone contract by 30 September 2024 to the responsible contractor on a best value tradeoff basis in accordance with, but not limited to, the Federal Acquisition Regulation (FAR) 15.101-1.� Offerors can view and/or download the draft notional work specifications for review at https://www.sam.gov. 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. 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 planning purposes only, 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://sam.gov/opp/0012e5d820ba4bf29d83d909bfcdeeb0/view)
- Place of Performance
- Address: Bremerton, WA, USA
- Country: USA
- Country: USA
- Record
- SN07094677-F 20240614/240612230113 (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 |