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: NBD00159853713232077
Posted Date: Jan 19, 2023
Due Date: Jan 25, 2023
Solicitation No: N4523A23R0801
Source: https://sam.gov/opp/787a7afbe3...
Follow
US Navy Submarine FY23 Extended Refit Period (ERP)
Active
Contract Opportunity
Notice ID
N4523A23R0801
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 View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Jan 19, 2023 10:46 am PST
  • Original Published Date: Dec 23, 2022 02:51 pm PST
  • Updated Date Offers Due: Jan 25, 2023 12:00 pm PST
  • Original Date Offers Due: Jan 23, 2023 12:00 pm PST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 09, 2023
  • Original Inactive Date: Feb 07, 2023
  • 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 98314
    USA
Description View Changes

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 includes blasting, preservation, and surface preparation for complete preservation for Main Ballast Tanks (MBTs) tanks and exterior free flood Work Specification Package NWRMC- 502-22, (Attachment J-1) using NAVSEA Standard Items, SUBMEPP standards, and PSNS & IMF quality assurance and environmental safety and health (QA/ESH) requirements.



Preservation work will require either the contractor or subcontractor 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-GIBO-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".



All interested parties may download the solicitation and amendments from System for Award Management (SAM) at www.SAM.gov. All contractors must be registered and active in SAM. The solicitation along with any attachments will only be available electronically at www.SAM.gov. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or faxed.



The anticipated period of performance for this acquisition is anticipated to be six (6) months, commencing on or around 05 July 2023. The date range of the period of performance will remain constant, however the Government reserves the right to adjust the start and end performance dates listed through an amended Work Specification Package.



NOTE: The Government recognizes that the schedule attached to Work Item number 042-00-001 in the Work Specification Package has typo dates. These will be updated with an Amendment to this solicitation after PSNS&IMF resumes operations January 3, 2023. **Amendment 1 posted January 10, 2023. Amendment 2 posted January 19, 2023** See note below.



The Government intends to award a Firm-Fixed Price, stand-alone contract to the responsible contractor on a lowest price technically acceptable source selection in accordance with, but not limited to the Federal Acquisition Regulation (FAR) 15.101-2. The factors and associated sub-factors will be used to evaluate all offeror's Technical, Past Performance, and Price.



ALL INQUIRIES shall be made via email and directed to Kelly Burch, Contract Specialist, and Andrew Skelley, Contract Specialist, at kelly.m.burch2.civ@us.navy.mil and andrew.m.skelley.civ@us.navy.mil no later than 17 January 2023 at 12:00 PM Pacific Standard Time (PST).



**Update as of January 10, 2023: Attachment J-1b ERRATA 2 added along with solicitation amendment 1 to update list of attachments. Due date for all inquiries and request for clarifications (RFCs) also extended to no later than 17 January 2023 at 12:00 PM Pacific Standard Time (PST).**



**Update as of January 19, 2023: Due date for proposal submission has been extended to 25 January 2023 at 12:00pm Pacific Standard Time (PST). Answers to requests for clarification has been uploaded, and changes have been noted within the Response to Bidders' Questions document.**


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 >