Washington Bids > Bid Detail

Maintenance, Repair and Preservation of 60DS1602

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159232611298464
Posted Date: Nov 9, 2022
Due Date: Nov 17, 2022
Solicitation No: N4523A23R1055
Source: https://sam.gov/opp/c4cf18307f...
Follow
Maintenance, Repair and Preservation of 60DS1602
Active
Contract Opportunity
Notice ID
N4523A23R1055
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Nov 09, 2022 02:07 pm PST
  • Original Response Date: Nov 17, 2022 03:00 pm PST
  • Inactive Policy: 15 days after response 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:
    WA
    USA
Description

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 performing maintenance, repair and preservation in support of one (1) 60DS1602 Dive Boat. Work will be accomplished at the Contractor's facility. The Government is seeking responses from sources that can perform the following work:



60DS1602




  • Length: 64.5 FT

  • Width: 22 FT

  • Age: 8 YRS

  • Full Displacement: 48.05 L Tons

  • Draft: 3 FT - 6 IN

  • Hull Material: ALUMINUM

  • Light Load – 8000 LBS



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.



Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officer’s Representative (COR) to deliver the vessel to the Contractor’s facility. Upon docking the vessel; wash and clean the exterior surfaces of the vessel. Remove all fendering and sweep blast clean. Perform visual inspection of hull and freeboard, tanks and main decks surfaces. Apply new Non-skid preservation system to the main-deck. Accomplish repairs on AFT Swim Step, Aft Removable Bulkhead/Window, Main Cabin windows, Monkey Heater piping, Replace decking in Pilot house, Galley, Diver Prep Room, Water Closet and Shower Area, and Berthing Compartment. Blast and preserve underwater hull, body, appendages, and freeboard surfaces, pilothouse exterior. Inspect and repair shafts and rudders and associated seals, bearings, bushings and test for operability after repairs. Perform inspections on the propellers, pitch, and balance and test for operability. Open, clean, inspect, disinfect, certify, and preserve various tanks and voids including the fresh water system. Remove existing and install new zincs and associated hardware. Conduct air test of tanks and voids. Perform sea trials after completion of repairs and full cure time of preservation. Undock the vessel. Arrange and coordinate the delivery of the vessel back to the Government with the COR.



The notional schedule is listed below is provided for planning purposes only. The government is not obligated to pursue this schedule or a future solicitation because of this Sources Sought.



Dive Boat 60DS1602 Period of Performance



April 2023 through June 2023



What/Where to Submit: Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address 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 "60DS1602 Dive Boat Sources Sought Response" in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in the description shown above, and answers to the following specific questions. Please limit your response to no more than 5 pages.



1. 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)?



2. 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.



3. 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)?



4. Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the 60DS1602 Dive Boat package?



When to Submit: Responses are requested no later than 3:00PM PT, on 17 November 2022.



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 source sought; all costs associated with responding to this source 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 website (sam.gov). 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
Contracting Office Address
  • 1400 FARRAGUT AVE
  • BREMERTON , WA 98314-5001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 09, 2022 02:07 pm PSTSources Sought (Original)

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 >