Docking and Undocking
Ship Alterations
Repair Items
Preservation
Administration and Support
Growth Work Labor
Growth Work Material
CDRLs
Option Requirements:
Option Vessel Fleeting for Preservation
Option Heavy Lift Support
Option Main and Forward Mast Preservation
Option Full Ballast Tank Preservation
Option Full CHT Tank Preservation
Option Shaft Fiberglass Repair
Option Shaft Straightening
Option Replace Tail Shaft Bearings
Option Propeller Re-Pitch
Option Propeller Weld Repairs
Option SHIPALT Pilot House/Chart Area Rearrangement
Option SHIPALT Video Surveillance System Installation
Option SHIPALT Digital Data Communications Installation
Option SHIPALT Anchor Chain Stopper Mod
Option Repair Generator Cleaning and Repair
Option Insulation and Lagging Remove and Replacement
Option Over and Above Work
Option Additional Schedule
The Government anticipates award of one firm fixed price type contract. The solicitation number for this requirement when issued will be N0025319Q0244. Offers will be evaluated on the basis of the lowest priced, technical and past performance acceptability. The Defense Priorities and Allocations System (DPAS) rating for this requirement is DO-C9. The procurement will be solicited as full and open competition. Competition will be limited to vendors within 864 nautical miles via sea transit from Seattle, WA. Transit to and from the vendor's facility will be solely the Government's responsibility. The applicable NAICS code for this requirement is 336611 and has a size standard of 1,250 employees. Requirements and evaluation procedures will be listed in the solicitation, which is required to be completely filled out and returned prior to the solicitation closing date and time. All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of the solicitation. Questions should be submitted via e-mail to: [email protected].
Drawings referenced in the solicitation are restricted by the Arms Export Control Act and will ONLY be available to the vendor's appointed data custodian that is registered with Defense Logistics Information Services (DLIS) Joint Certification Program (JCP). Vendors that are not registered with DLS JCP can obtain registration information at www.dlis.dla.mil/jcp/. Restricted drawings and technical information will be made available through FedBizOpps at www.fbo.gov. It is anticipated that the solicitation will be available for download on or around 31 July 2019. The closing date of the solicitation will be on or around 3 September 2019, unless a different date is specified in the solicitation. The RFP will be posted and will be available for download at http://www.fbo.gov/. Offerors wishing to submit a proposal will be responsible for downloading their own copy of the RFP from these websites and to frequently monitor the sites for any amendments to the RFP. A bidders list will not be maintained by this office, and no telephone or fax requests for the RFP package will be accepted. Failure to respond to the electronically posted RFP and associated amendments prior to the date and time set for receipt of quotes may render vendor offers non-responsive and result in rejection of the same. Any questions must be submitted in writing via e-mail to Mr. Paul Berglund at [email protected].
Offerors must have current registration and completed representations and certifications in the System for Award Management (SAM).