J--SAFR Hercules Haul Out

expired opportunity(Expired)
From: Federal Government(Federal)
140P8624Q0012

Basic Details

started - 29 Jan, 2024 (3 months ago)

Start Date

29 Jan, 2024 (3 months ago)
due - 09 Feb, 2024 (2 months ago)

Due Date

09 Feb, 2024 (2 months ago)
Bid Notification

Type

Bid Notification
140P8624Q0012

Identifier

140P8624Q0012
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64336)NATIONAL PARK SERVICE (17873)PWR GOGA(86000) (688)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Sources SoughtThe National Park Service is conducting this Sources Sought to identify contractors that are eligible to be preform these types of services. Contractors must possess the capabilities to provide services as specified above and to determine their availability, capability and adequacy. If your firm may be interested in this requirement it must have a NAICS of 336611.Description of the WorkThe National Park Service (NPS), San Francisco Maritime National Historical Site (SAFR), located in San Francisco County, California is considering additional work to an awarded contract for hauling out National Historic Landmark (NHL) tugboat Hercules for routine hull preparation and coating and steel repairs. Following haul out, cleaning, interference removal and some wasted steel removals, it has been determined that additional steel repairs are needed. The necessary frame repairs have increased by approximately 68% (by weight) or approximately 250 LF. A correction to material specified
from 3¿ x 3/8¿ flatbar to 3¿ x 3¿ x 3/8¿ angle results in an increase of approximately 88% (by weight). Non-destructive ultrasonic thickness gauging has shown that additional shell plate is in need of renewal. Approximately 10,000 pounds of shell plate will be renewed while insert plate will be reduced by approximately 3,000 pounds. All renewed components shall utilize the original builder¿s methods, ie mechanical connections shall be riveted. The preparation and painting section shall include ¿appurtenances¿ to the main deck, boat deck, pilot house, stack, and mast. Preparation and coating shall include filling approximately 100 square feet of pitting on the main deck. New fuel oil tank work item shall be to retain use of the existing diesel tank and to prepare and coat the interior of the Heavy Fuel Oil Tank space.The ship is currently hauled and partially disassembled at Bay Ship and Yacht in Alameda, CA. Work by an outside contractor is not permitted within Bay Ship and Yacht¿s facility. The vessel will need to be rendered seaworthy and launched prior to being made available. Any interested outside contractor would need to reperform nearly all work items within the current Statement of Work.The NHL Tugboat Hercules was built in 1907 and has a riveted steel hull. She is an operational historic ship. The Hercules is an open museum ship at SAFR. The ship and all associated components have been designated a National Historic Landmark and as such shall be treated with utmost consideration and respect. All work shall be performed in a sensitive manner to reduce the impact on the ship. The ship is subject to historical compliance within Federal and State codes, including, but not limited to 16 U.S.C. 470 and 36 CFR Part 800. All historical compliance shall be administered by NPS and the Park in accordance with (IAW) The Secretary of the Interior¿s Standard for Historic Vessel Preservation Projects.The project will be implemented using the North American Industry Classification System (NAICS) Code 336611 Ship Building and Repairing. The applicable classification code is J020 - Maint/repair/rebuild Of Equipment- Ship and Marine Equipment.This is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Quote (RFQ), that may be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals.This notice shall not be construed as an RFQ or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice.Submission Instructions: Responses via email are due on February 9, 2024 12:00 PM to the Contract Specialist, Liset Gomez at liset_gomez@nps.gov must include the information requested below. Responses greater than 5 double-sided pages (including all attachments) will not be considered. Late responses will not be accepted. This is strictly market research and the Government will not entertain any questions.Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought.Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm¿s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following:A. Company Profile to include:1. Company name and address;2. Points of contact (names, titles, phone numbers and email addresses);3. Include a brief summary of the similar work performed, supporting narrative to show why each project is relevant to this sources sought notice and other relevant information such as any teaming or joint venture partners. In addition, include proof of satisfactory past performance on the referenced projects.4. Optional: Respondents are welcome to provide suggestions, comments and feedback to the draft statement of work.

FORT MASON   BUILDING 201  SAN FRANCISCO , CA 94123  USALocation

Office Address : FORT MASON BUILDING 201 SAN FRANCISCO , CA 94123 USA

Country : United StatesState : CaliforniaCity : San Francisco

Classification

naicsCode 336611Ship Building and Repairing
pscCode J020Maintenance, Repair and Rebuilding of Equipment: Ship and Marine Equipment