Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2024 SAM #8296
SOLICITATION NOTICE

J -- USS Michigan Preservation and Repair

Notice Date
8/12/2024 1:30:01 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
N4523A25R0802
 
Response Due
8/27/2024 12:00:00 PM
 
Archive Date
09/11/2024
 
Point of Contact
Andrew M. Skelley, Carly Stotts
 
E-Mail Address
andrew.skelley@navy.mil, carly.j.stotts.civ@us.navy.mil
(andrew.skelley@navy.mil, carly.j.stotts.civ@us.navy.mil)
 
Description
The Northwest Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS&IMF), Bremerton, Washington intends to award a Firm-Fixed-Price, Stand-Alone contract to perform depot level preservation, structural repair, and damping tile and adhesive removal on a SSGN OHIO class submarine home ported at Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, WA (Controlled Industrial Area). The scope of work will include blasting, preservation, and surface preparation for preservation for Main Ballast Tanks (MBTs) and superstructures; NONSUBSAFE structural repair for MBTs; and damping tile and adhesive removal in accordance with Work Specification Package NWRMC- 502-24, using NAVSEA Standard Items, SUBMEPP standards, and PSNS & IMF quality assurance and environmental safety and health (QA/ESH) requirements. Preservation work will require the contractor to be SSPC QP I certified; �NO EQUIVALENCY ALLOWED�. �Structural work will require them to have NAVSEA certification verifying that the contractor has a weld program that meets the requirements of S9074-AQ-GIBO I 0/248, ""Requirements for Welding and Brazing Procedure and Performance Qualification"" and T9074- AD-GIB- 010/1688, �Requirements for Fabrication, Welding, and Inspection of Submarine Structure�. The nondestructive testing (NDT) identified must be performed by a company that has a nondestructive test program that meets the requirements of T9074-AS-GIB-O I 0/271, ""Requirements for Nondestructive Testing Methods"". Based on market research and a sources sought notice, this acquisition is being competed on an unrestricted full and open basis.� The procurement will be awarded utilizing a lowest price technically acceptable (LPTA) source selection, requiring the submission of a proposal with technical, price and past performance volumes. The NAICS classification for this acquisition is 336611.� The period of performance for this acquisition is anticipated to be fourteen (14) months, commencing on or around 28 February 2024.� All contractors must be registered and active in the System for Award Management (SAM) www.sam.gov. The solicitation along with any attachments will only be available electronically on SAM. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or faxed. The dates of solicitation issuance and receipt of proposals in this synopsis are projected. It is anticipated that solicitation will be released on or about 09 October 2024.� The solicitation closing date is anticipated to be approximately 30 days after solicitation release. This synopsis is not a request for competitive proposals nor is it intended to in any way create an obligation on the part of the Government. The actual date and time will be identified in the solicitation. All questions regarding this synopsis or draft documents shall reference the solicitation number and be submitted via email to Ms. Carly Stotts, carly.j.stotts.civ@us.navy.mil, and Ms. Gabrielle Guerrero, gabrielle.m.guerrero3.civ@us.navy.mil, with a carbon copy to Mr. Andrew Skelley, andrew.m.skelley.civ@us.navy.mil. ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/34f89e0d46984fc0be8857bf06da158d/view)
 
Place of Performance
Address: Bremerton, WA 98314, USA
Zip Code: 98314
Country: USA
 
Record
SN07165998-F 20240814/240812230114 (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.