Inactive
Notice ID:N4523A19R1072
The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interest in docking of...
The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interest in docking of and performance of maintenance, repair and preservation work in support of IX-536 Floating Crane. All work shall be accomplished at the Contractor's facility. Special Note: Contractor’s facility must be capable of dry-docking the vessel in order to accomplish all required work. IX-536 Floating Crane Characteristics Built by Westmount Industries Age is approx. 28YRS Length of 177 FT Draft of 5 FT Width of 76 FT Full Displacement is approx.1680 to 1700 L Tons Light Load is approx. 1653 L Tons Hull Type is Steel Geographical Area of Consideration: This vessel is home ported at Naval Base Bangor, WA. 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. The Government is seeking responses from sources that can perform the following work: 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. Remove and wash rubber fenders, replace zinc anodes, replace hull and freeboard coating system, open, inspect and closeout tanks/voids, install ballast in stowage compartment, repair deck track, repair duel bridge crane, repair electrical connections in stowage compartment, and repair diesel generator electrical connection. Undock the vessel. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. For greater work description see the attached DRAFT Statement of Work. The Estimated Period of Performance for this potential requirement is estimated at 50 days. For planning purposes, the Period of Performance shall commence between 01 October 2019 and 31 December 2019. The actual Period of Performance shall be negotiated/proposed if a solicitation is released for this requirement. This notional schedule is provided for planning purposes only. The Government is not obligated to pursue this schedule or a future solicitation as a result of this sources sought. What/Where to Submit: Interested companies should submit, on company letterhead, a notice of interest including the name, Cage Code, DUNS number, telephone number, mailing address and e-mail address of a minimum of one point of contact. Please hand or digitally sign your letter of interest and e-mail it to the Government contacts listed below, with "IX-536 - Sources Sought Response" in the subject field. Dylan Ford Contract Specialist dylan.ford@navy.mil 360-476-4452 Gary Binder Contracting Officer gary.binder@navy.mil 360-476-5706 The notice of interest should include a brief description of your company and its capabilities. There is no page limit or specific formatting required for your response; however, please only submit a response in Microsoft Word or Adobe PDF file types. Specifically, please address the following questions below: 1. Your Company must be successfully capable of dry-docking the vessel and have demonstrated this ability on a same/similar vessel within the past 36 months. This vessel is estimated in excess of 1600 L tons. Please provide a generalized dry docking plan with specifications regarding the dry docking capability of all equipment or combination thereof. The plan should be detailed enough to demonstrate that your company will reasonably successfully dry dock the vessel. Please provide relevant examples within the past 36 months of similar sized vessels your company has dry-docked. The government may contact your company with follow-up questions and/or request additional materials as part of market research efforts about potential facilities in the geographical area of consideration. 2. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,250 or less employees)? 3. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance. 4. Does your company have the necessary organization, experience, accounting and operational controls and technical skills or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? 5. Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the IX-536 package? When to Submit: Responses are requested no later than Close of Business, on 14 July 2019. Responses will be reviewed as they are received. Notice Regarding Sources Sought: This sources sought is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This sources sought does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not seeking proposals at this time, nor accepting unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this sources sought; all costs associated with responding to this sources sought will be solely at the interested party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 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 sources sought announcement is released in accordance with FAR 15.201. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract.