Washington Bids > Bid Detail

Caisson 2: Maintenance, Repair & Preservation

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159352642674462
Posted Date: Mar 14, 2023
Due Date: Mar 31, 2023
Solicitation No: N4523A23R5700
Source: https://sam.gov/opp/0a0fc7f24a...
Follow
Caisson 2: Maintenance, Repair & Preservation
Active
Contract Opportunity
Notice ID
N4523A23R5700
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 14, 2023 11:04 am PDT
  • Original Response Date: Mar 31, 2023 05:00 pm PDT
  • 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 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, maintaining, repairing and preserving the caisson 2. 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.





Vessel Characteristics



Length of 108FT



Height of 65 FT



Draft of 34 FT



Width of 18 FT



Light Load Displacement 1371 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 Contract Officer’s Representative (COR), to tow and deliver the vessel to the contractor’s facility. Dock, wash, ground, and clean the exterior surfaces of the vessel upon docking. Inspect steel fender system. Perform ultrasonic testing (UT) throughout the caisson. Remove existing preservation system from the caisson and perform visual inspections. Based on the results of UT and visual testing accomplish steel repairs throughout the caisson. Blast and preserve the underwater body surfaces of the vessel. Remove existing, install new, measure and identify the location of each zinc anode on the caisson hull and in the tanks. Remove existing, procure and install new port rubber seal. Perform an inspection of the starboard rubber seal. Based on the results of visual inspection renew rubber seal studs. Open, pump, clean, ventilate, and gas free tanks and voids. Accomplish hatch and access maintenance. Blast and preserve the tank, void and curbside void surfaces of the vessel. Blast and preserve the weather deck surfaces of the vessel. Blast and preserve the weather deck stanchion surfaces of the vessel. Accomplish maintenance and cleaning of the weather deck drains and piping. Install new curbside drains and plugs. Blast and preserve the apron plates and foundations. Blast and preserve the operations deck surfaces of the vessel. Install cosmetic polymeric deck covering system in the operations deck. Perform ventilation system cleaning and maintenance. Remove, inspect, repair, and re-install various existing dewatering pumps and motors. Accomplish operator shaft inspections, straightening and cleaning. Reinstall and align operator shafts. Perform inspection, cleaning and maintenance of motor valve operators. Undock the vessel. Perform dock and sea trials. 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 at 22 weeks. For planning purposes, the period of performance shall commence between 15 Nov 2023 and 28 April 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 their name, Cage Code, UEI 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 "A10.2 Sources Sought Response N4523A23R5700" in the subject field.





Carolyn Seim



Contract Specialist



carolyn.m.seim.civ@us.navy.mil



360-900-8957





Ianthe Stevens-Ford



Contracting Officer



ianthe.stevens-ford.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 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 1371 L tons and has a draft of 34 FT. 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 can 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.






  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)?






  1. Does your company have a satisfactory performance record for the type of work required? Specifically, if you have repaired a caisson in the past, did you deliver the caisson on time, without contract extensions? If not, what does your company plan to do differently for this caisson to insure on time delivery? Please provide examples of relevant and recent (within three years) past performance.






  1. 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)?






  1. Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the Caisson 2 package?





When to Submit: Responses are requested no later than close of business, on Friday, March 31, 2023. 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, most likely under N4523A23R5700. 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 5.2 and 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
  • Mar 14, 2023 11:04 am PDTSources 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 >