Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2025 SAM #8468
SOLICITATION NOTICE

J -- Maintenance, Repair, and Preservation of YT-800 ROH

Notice Date
1/31/2025 1:42:54 PM
 
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
N4523A25R1053
 
Response Due
3/3/2025 12:00:00 PM
 
Archive Date
01/31/2026
 
Point of Contact
ALICE ROBERTSON, Christopher Davidson
 
E-Mail Address
alice.n.robertson.civ@us.navy.mil, christopher.t.davidson7.civ@us.navy.mil
(alice.n.robertson.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
The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS and IMF), Bremerton, Washington intends to award a stand-alone Firm-Fixed-Price contract to accomplish maintenance, repair, and preservation of one (1) Harbor Tug, Manhattan (YT-800). The YT-800 characteristics are 109 FT length, 31 FT width, 14 FT Draft, 356 L Tons displacement, 283 L Tons Light Load, 60 years of age, and hull material is steel. The Contractors facility must possess the capability of accommodating one (1) Harbor Tug, Manhattan (YT-800) 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 Officers Representative (COR) to deliver the vessel to the Contractors facility. Upon docking vessel, wash, clean, and perform hull maintenance work to the vessel. Blast and/or preserve the hull and various locations. Perform visual and ultrasonic inspections throughout the vessel. Perform various electrical, electronic, mechanical, plumbing, and piping system repair tasks. Accomplish engine, generator, and Schottel propulsion maintenance and repair work. Accomplish Alteration YT 800-0100D. Alterations to include the following items: new generator set foundations, deck plate modifications, new duplex filter foundations, modify electrical distribution system, IC (Interior Communications) Alarm system Alterations, replace piping and valves for the fuel oil and engine cooling water. Replace all fendering hardware. All work will be accomplished at contractor?s facilities. See paragraph 4.0 for Government Furnished Material (GFM). Undock the vessel. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. The vessel availability is scheduled to be 02 June 2025 to 26 September 2025.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/03468170dd3243b997f9a5ef6309c866/view)
 
Record
SN07329244-F 20250202/250131230109 (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.