Washington Bids > Bid Detail

Caisson 4/5 - Maintenance, Repair and Preservation

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159130874344190
Posted Date: Nov 4, 2022
Due Date: Nov 18, 2022
Solicitation No: N4523A23R1051
Source: https://sam.gov/opp/12580d5f82...
Follow
Caisson 4/5 - Maintenance, Repair and Preservation
Active
Contract Opportunity
Notice ID
N4523A23R1051
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
PUGET SOUND NAVAL SHIPYARD IMF
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Nov 04, 2022 08:16 am PDT
  • Original Published Date: Nov 03, 2022 08:44 am PDT
  • Updated Response Date: Nov 18, 2022 09:00 am PST
  • Original Response Date: Nov 18, 2022 09:00 am PST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J019 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Bremerton , WA
    USA
Description

The Northwest Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interest in the docking of and performance of maintenance, repair and preservation work in support of CAISSON 4/5 Spare.



Special Note: Contractor’s facility must be capable of dry-docking the vessel in order to accomplish all required work.



Vessel Characteristics



Length of 147 FT 5 IN

Height of 53 FT 11 IN

Draft of 25 FT 11 IN

Width of 27 FT

Light Load Displacement 884 L Tons

Full Displacement 1565 L Tons

Hull Type is Steel



Geographical Area of consideration: 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: Perform various base metal and structural repairs, Replace the port rubber seal and perform required inspections and maintenance of starboard seal. Conduct ultrasonic and visual inspections of the hull, weather deck, tanks, piping and operations deck. Clean and pump tanks. Maintain/replace deck hatches. Install new mimic board. Test alarm systems. Clean ventilation. Renew all valves. Replace dewatering pumps. Renew grease lines and steady bearings. Replace actuator stands. Replace actuators. Replace valve-stem extension shafts. Remove, clean and reinstall rubber fendering. Preserve hull, weather deck, weather deck handrails, tanks, piping and operations deck. Replace zinc anodes. Conduct operational testing. Undock the vessel. 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 between August 2023 and August 2024. 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 e-mail it to the Government contact listed below, with "Caisson 4/5 - Sources Sought Response" in the subject field.



Chris Davidson

Contract Specialist

Christopher.t.davidson7.civ@us.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 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 within the past 36 months. 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 Caisson 4/5 package?



When to Submit: Responses are requested no later than Close of Business, on 18 November 2022. 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 SAM.GOV (https://sam.gov) 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.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 1400 FARRAGUT AVE
  • BREMERTON , WA 98314-5001
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >