Washington Bids > Bid Detail

Maintenance, Repair and Preservation of APL-62

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159850794640115
Posted Date: Nov 3, 2022
Due Date: Nov 18, 2022
Solicitation No: N4523A23R1050
Source: https://sam.gov/opp/8a6a7f4832...
Follow
Maintenance, Repair and Preservation of APL-62
Active
Contract Opportunity
Notice ID
N4523A23R1050
Related Notice
N4523A23R1050
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Nov 03, 2022 01:50 pm PDT
  • Original Response Date: Nov 18, 2022 12:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • 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

INFORMATION FOR POTENTIAL OFFERORS:



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 one (1) APL-62 Berthing Barge.



APL-62 Characteristics



Length: 360 FT



Width: 95 FT



Age: 24 YRS



Hull Material: Steel



Draft: 6 FT-6 IN



Displacement: 4680 L Tons



The contractor's facility must possess the capability of accommodating one (1) APL-62 Berthing with the dimensions as stated above. 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 each vessel to the Contractor’s facility. Main scullery replacement. CHT tank cleaning and pump repair. Galley oven replacement and deep fat fryer removal. Steam condensate tank replacement. A/C replacement. Chill and thaw box condenser/evaporator replacement. Fire alarm replacement. Undock each vessel. Arrange and coordinate the delivery of each vessel back to the Government with the Contracting Officer via the COR.



The expected Period of Performance is scheduled to be 15 April 2023 to 31 October 2023.



The Government is contemplating a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,250 employees. The Government intends to post a request for proposals in November 2022 and anticipates award of the Firm-Fixed Price, stand-alone contract 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 draft notional work specifications for review at https://www.sam.gov.



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.



Notice Regarding Pre-Solicitation Synopsis:



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 pre-solicitation announcement is released in accordance with FAR 5.2. Information provided in response to this pre-solicitation announcement is for informational and planning purposes only, 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

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 >