Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N4523A19R1054
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-alo...
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 YC -1625. YC-1625 Vessel Characteristics: Length: 110 FT Draft: 1.5 FT Width: 32 FT Full Displacement: 659 L Tons Light Displacement: 115 L Tons Hull Type: Steel Age: 28 Years old Contractor is to preform repairs, replacement and preservation on required areas including but not limited to the decks, hull, structural, and tanks/voids according to specifications in the Statement of Work. 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. Blast and preserve all exterior and interior surfaces of the vessel. Replace zinc anodes. Remove existing manhole covers, cleanout rings, coamings and install new. UT Hull and main deck plating thickness. VT hull, main deck, and tanks/voids-plating and framing for damage and deterioration. Apply new non-skid systems to main deck. Open, clean, inspect, and test tanks. Undock the vessel. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. It is anticipated the contractor will perform as an independent contractor and not as an agent of the government. The contractor will be responsible for all labor, management, material, and equipment necessary to perform the requirements of the contract. The expected Period of Performance is scheduled to be: 13 February 2019 to 11 April 2019. The Government is contemplating a 100% small business set-aside under the North American Industry Classification System (NAICS) 336611, size 1,250 employees. The Government intends to post a request for proposals in November 2018 and anticipates award of the Firm-Fixed Price, stand-alone contract in January 2019 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. All offerors must be registered with the System for Award Management (SAM) to receive award of Government contracts. Offerors are advised that SAM representations and certifications can be completed electronically via the System for Award Management website at https://www.sam.gov. NOTICE REGARDING PRE-SOLICAITATION SYNOPIS: 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 440 STOP 2026, 1400 Farragut, Bremerton, WA 98314-2026 Point of Contact: Primary: Scott Kearsley Contract Specialist Scott.kearsley@navy.mil Alternate: Gary Binder Contracting Officer Gary.binder@navy.mil ***this concludes the synopsis***