Inactive
Notice ID:N4523A20R1052
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 YD-259 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. YD-259 Floating Crane Characteristics Built by Halter Marine Inc. Age is approx. 25YRS Length of 175 FT Draft of 4 FT Width of 75 FT Full Displacement is approx. 1,732 L Tons Light Load is approx. 1,337 L Tons Hull Type is Steel Geographical Area of consideration: This vessel is home ported at PSNS&IMF, 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. Dock, wash, and clean the exterior surfaces of the vessel upon docking. Remove and clean rubber fenders. Replace zinc anodes. Open and clean tanks. Visually inspect hull, main deck, tanks, and crane. Ultrasonic test (UT) hull, and main deck. Fill and drain skegs with rust preventative compound. Blast and preserve hull and entire crane. Touch up preserve tanks. Preserve access covers. Replace main deck nonskid. Remove and clean all wire ropes. Inspect equalizer bar. Replace wire rope sheaves. Disassemble and Inspect crane boom and jib sections. Replace all fasteners attaching boom and jib sections together. Bump the Vessel. Undock the Vessel. Operational test crane. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. The Estimated Period of Performance for this potential requirement is estimated to be 04 March 2020 through 30 June 2020. 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 "YD-259 - 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 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 of 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 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 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 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 YD-259 package? When to Submit: Responses are requested no later than Close of Business, on 21 August 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.