Maintenance, Repair, and Preservation of YC-1589 & 1634

expired opportunity(Expired)
From: Federal Government(Federal)
N4523A23R1059

Basic Details

started - 27 Feb, 2023 (14 months ago)

Start Date

27 Feb, 2023 (14 months ago)
due - 14 Mar, 2023 (13 months ago)

Due Date

14 Mar, 2023 (13 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
N4523A23R1059

Identifier

N4523A23R1059
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709493)DEPT OF THE NAVY (157035)NAVSEA (28143)NAVSEA SHIPYARD (4857)PUGET SOUND NAVAL SHIPYARD IMF (1270)

Attachments (2)

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.

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-1589 & YC-1634).YC-1589Length: 110 FTWidth: 32 FTDraft: 8 FTFull Displacement: 694 TonsLight Load: 144 TonsAge: 35 YearsHull Material: SteelYC-1634Length: 110 FTWidth: 32 FTDraft: 8 FTFull Displacement: 694 TonsLight Load: 144 TonsAge: 32 YearsHull Material: SteelThe contractor's facility must possess the capability of accommodating two (2) Open Lighter Barges (YC-1589 & YC-1634) 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 Officer’s Representative (COR) to deliver the vessel to the Contractor’s facility. Dock, wash, and clean the exterior surfaces of the vessel upon docking. Remove/install existing port and starboard rubber fender. Accomplish required inspections sweep blast and reinstall. Accomplish air test on steel bumper. Remove main deck hand rail stanchions base hinges. 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 Quantity 6 tank/void. Accomplish partial preservation of Quantity 6 EA tanks. Undock the vessel. Verify vessel drawings and provide to the government, redline drawings to reflect actual conditions of this 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 6 July 2023 to 26 Oct 2023.The Government is contemplating a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,250 employees. The Government intends to post a request for proposals in March 2023 and anticipates award of the Firm-Fixed Price, stand-alone contract 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.

WA   USALocation

Place Of Performance : N/A

Country : United StatesState : Washington

You may also like

Repair of B1 Alarm Control

Due: 09 May, 2024 (in 9 days)Agency: DEPT OF DEFENSE

Supply and Installation of Natural Gas-Powered Generator at Niagara Parks’ Maintenance Centre

Due: 14 May, 2024 (in 14 days)Agency: Township of Whitewater Region

SECURITY EQUIPMENT MAINTENANCE

Due: 31 Jul, 2024 (in 3 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

naicsCode 336611Ship Building and Repairing
pscCode J019Maintenance, Repair and Rebuilding of Equipment: Ships, Small Craft, Pontoons, and Floating Docks