Washington Bids > Bid Detail

US Navy Submarine FY23 Extended Refit Period (ERP)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159514384140901
Posted Date: Dec 7, 2022
Due Date: Dec 21, 2022
Solicitation No: N4523A-23-R-0801
Source: https://sam.gov/opp/c4bfd0a76a...
Follow
US Navy Submarine FY23 Extended Refit Period (ERP)
Active
Contract Opportunity
Notice ID
N4523A-23-R-0801
Related Notice
N4523A-23-R-0801
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 06, 2022 03:29 pm PST
  • Original Response Date: Dec 21, 2022 03:30 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J999 - NON-NUCLEAR SHIP REPAIR (WEST)
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Bremerton , WA
    USA
Description

The Northwest Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS&IMF), Bremerton, Washington intends to award a Firm-Fixed-Price, Stand-Alone contract to perform depot level preservation, structural repair; lead bin repair and conversion, de-ballasting and re-ballasting on a SSBN class submarine home ported at Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, WA (Controlled Industrial Area).



The scope of work will include blasting, preservation, and surface preparation for complete preservation for Main Ballast Tanks (MBTs) tanks and exterior free flood Work Specification Package NWRMC- 502-22, using NAVSEA Standard Items, SUBMEPP standards, and PSNS & IMF quality assurance and environmental safety and health (QA/ESH) requirements.



Preservation work will require the contractor to be SSPC QP I certified; “NO EQUIVALENCY ALLOWED”. Structural work will require them to have NAVSEA certification verifying that the contractor has a weld program that meets the requirements of S9074-AR-GIB-010/248, "Requirements for Welding and Brazing Procedure and Performance Qualification" and T9074-AD-GIB-010/1688, “Requirements for Fabrication, Welding, and Inspection of Submarine Structure”. The nondestructive testing (NDT) identified must be performed by a company that has a nondestructive test program that meets the requirements of T9074-AS-GIB-010/271, "Requirements for Nondestructive Testing Methods".

Based on market research and a sources sought notice, this acquisition is being competed on an unrestricted full and open basis. The procurement will be awarded utilizing a lowest price technically acceptable (LPTA) source selection, requiring the submission of a proposal with technical, price and past performance volumes. The NAICS classification for this acquisition is 336611.

The period of performance for this acquisition is anticipated to be six (6) months, commencing on or around 05 July 2023. All contractors must be registered and active in the System for Award Management (SAM) www.sam.gov. The solicitation along with any attachments will only be available electronically on SAM. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or faxed. The dates of solicitation issuance and receipt of proposals in this synopsis are projected.

It is anticipated that solicitation will be released on or about 03 January 2023. The solicitation closing date is anticipated to be approximately 30 days after solicitation release. This synopsis is not a request for competitive proposals nor is it intended to in any way create an obligation on the part of the Government. The actual date and time will be identified in the solicitation. All questions regarding this synopsis or draft documents shall reference the solicitation number and be submitted via email to Ms. Kelly Burch, kelly.m.burch2.civ@us.navy.mil with a carbon copy to Mr. Andrew Skelley, andrew.m.skelley.civ@us.navy.mil and Mr. Loren Frei, loren.o.frei.civ@us.navy.mil.




Attachments/Links
Attachments
Document File Size Access Updated Date
Enclosure 1 - General Outline.pdf (opens in new window)
76 KB
Public
Dec 06, 2022
Enclosure 2a - Preliminary SOW.pdf (opens in new window)
154 KB
Public
Dec 06, 2022
Enclosure 2b - ERRATA One.pdf (opens in new window)
948 KB
Public
Dec 06, 2022
file uploads

Contact Information
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 >