Federal Bid

Last Updated on 18 Dec 2023 at 11 PM
Solicitation
Washington

Maintenance, Repair, and Preservation of YC-1477 & YC-1624

Solicitation ID N4523A24R1052
Posted Date 18 Dec 2023 at 11 PM
Archive Date 20 Jan 2024 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Puget Sound Naval Shipyard Imf
Agency Department Of Defense
Location Washington United states

INFORMATION FOR POTENTIAL OFFERORS:

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 maintenance, repair and preservation of two (2) Open Lighter Barges (YC-1477 & YC-1624).

YC-1477

Length: 110 FT

Width: 32 FT

Age: 51 YEARS

Draft: 4 FT

Full Displacement: 392 TONS

Light Displacement: 105 TONS

Hull Type: STEEL

YC-1624

Length: 110 FT

Width: 32 FT

Age: 35 YEARS

Draft: 4 FT

Full Displacement: 293 TONS

Light Displacement: 105 TONS

Hull Type: STEEL

The contractor's facility must possess the capability of accommodating two (2) Open Lighter Barges (YC-1477 & YC-1624) 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.

YC-1477 Scope Overview: Contractor to provide pickup and deliver of vessel  to/from Contractor’s facility and Puget Sound Naval Shipyard (PSNS); docking and undocking of vessel; hull preservation; hull UT inspection; anode replacement; tank/void open, clean and inspect; tank/void air testing; tank/void preservation; main deck preservation; main deck UT inspection; and generate and provide red line drawings.

YC-1624 Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officer’s Representative (COR) to deliver the vessel to the Contractor’s facility.  Upon docking vessel, wash and clean vessel. Blast and preserve all exterior surfaces of the vessel. Shift the vessel on the blocks to achieve 100 percent preservation of underwater hull. Remove existing and install new zinc anodes. Hull and main deck require ultrasonic measurement of plating thickness and repair of areas below minimum thickness. Vessel requires inspection for damage and deterioration (hull, main deck, and tanks/voids–plating and framing).  Apply new non-skid system to main deck. Open, clean, inspect, and test tanks. Accomplish full preservation of 6 tanks. Accomplish Rubber Bumper repairs. Undock the vessel.  Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR.

The expected Period of Performance is scheduled to be 2 July 2024 to 25 November 2024.

The Government is contemplating a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,300 employees. The Government intends to post a request for proposals in January 2024 and anticipates award of the Firm-Fixed Price, stand-alone contract in April 2024 to the responsible contractor on a lowest price, technically acceptable basis in accordance with, but not limited to, the Federal Acquisition Regulation (FAR) 15.101-2.  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. 

Contracting Officer Address:

Puget Sound Naval Shipyard Code 400 STOP 2026, 1400 Farragut Avenue, Bremerton, WA 98314-2026

Point of Contact:

Primary: Demetra Annest

Contract Specialist

[email protected]

Alternate: Christopher Campbell,

Contracting Officer

[email protected]

Bid Protests Not Available

Similar Past Bids

Bremerton Washington 21 Feb 2024 at 11 PM
Bremerton Washington 30 Jan 2024 at 11 PM
Bremerton Washington 22 Feb 2016 at 10 PM
Bremerton Washington 06 Apr 2016 at 1 PM

Similar Opportunities