Inactive
Notice ID:N4523A20R1063
NOTE 1) The answer to Request for Clarification (RFC) 1 has been posted as an attachment. The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IM...
NOTE 1) The answer to Request for Clarification (RFC) 1 has been posted as an attachment. 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 the APL-62 homeported at Puget Sound Naval Shipyard, Bremerton. The APL-62 has the following general characteristics: L: 360 ft. x W: 95 ft. with a Draft of 6 ft. 2 in. Full Displacement: 4680 L Tons Hull and superstructure: Steel The contractor’s facility must possess the capability of accommodating the APL-62 with the dimensions as stated above and be in the geographic area of consideration. Geographic area of consideration: This vessel is home ported at PSNS&IMF, WA. To facilitate proper government oversight, the contractor’s facility must be located in Washington, Oregon, or California. APL-62’s Scope of work 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. Blast and preserve exterior hull surfaces, underwater body, and CHT tank. Accomplish visual inspections of hull and body and CHT tank. Preserve steel fendering. Replace hull anodes. Accomplish hull and body ultrasonic test inspections. Accomplish water heater replacements. Undock the vessel. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. Expected Period of Performance is as follows: 12 August 2020 to 10 February 2021. The Government is contemplating a full and open competition under the North American Industry Classification System (NAICS) 336611. The government anticipates award of the Firm-Fixed Price, stand-alone contract in April 2020 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 work specification (Attachment J-1) attached herein. 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. Reference drawings (Attachment J-7) will be delivered via the DoDSafe website to SAM registered contractors whose NAICS include 336611 and have a ship repair facility. Email request for drawings to brian.fergus@navy.mil and gary.binder@navy.mil no later than 27 February 2020 at 2PM PST. The Government will provide a link to download the files from the DoDSafe website. Include your CAGE code and ship repair facility address in the body of the email. NOTICE: The shipcheck is scheduled for 20 February 2020. Section L (Solicitation pages 54-61) includes information regarding base access deadlines.