Maintenance, Repair, and Preservation of 726 LET Kit #2
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Feb 07, 2024 01:53 pm PST
- Original Response Date: Feb 22, 2024 02:00 pm PST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Mar 08, 2024
- 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: WAUSA
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 three (3) each 726-Class Logistic Escape Trunks (726 L.E.T. Kit #2).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 three (3) each 726-Class Logistic Escape Trunks (726 L.E.T. Kit #2).
FWD L.E.T.:
- House - Quantity (1) ea; Length 12' 0"; Width 13' 0"; Height 9' 7.5"; Approx. Wt. 9,000 lbs (4.5 Tons)
- 44” Incline Stairs - Quantity (1) ea; Length 3' 6"; Width 3' 0"; Height 6' 0"; Approx. Wt. 80 lbs
- 28” Incline Stairs - Quantity (1) ea; Length 2' 6"; Width 3' 0"; Height 5' 0"; Approx. Wt. 50 lbs
- Ladder & Step Platform - Quantity (2) ea; Length 2' 8"; Width 3' 10"; Height 4' 3"; Approx. Wt. 100 lbs
- Exterior Ladder - Quantity (1) ea; Length 0' 3"; Width 2' 4"; Height 10' 8"; Approx. Wt. 100 lbs
- Cofferdam - Quantity (1) ea; Length 9' 6"; Width 9' 6"; Height 2' 0"; Approx. Wt. 4000 lbs (2 Tons)
MID L.E.T.:
- House - Quantity (1) ea; Length 12' 0"; Width 13' 0"; Height 9' 7.5"; Approx. Wt. 9,000 lbs (4.5 Tons)
- 14” Incline - Quantity (2) ea; Length 1' 3"; Width 1' 6"; Height 2' 6"; Approx. Wt. 80 lbs
- Ladder & Step Platform - Quantity (2) ea; Length 2' 8"; Width 3' 10"; Height 4' 3"; Approx. Wt. 100 lbs
- Exterior Ladder - Quantity (1) ea; Length 0' 3"; Width 2' 4"; Height 10' 8"; Approx. Wt. 100 lbs
- Cofferdam - Quantity (1) ea; Length 9' 6"; Width 9' 6"; Height 2' 0"; Approx. Wt. 4000 lbs (2 Tons)
AFT L.E.T.:
- House - Quantity (1) ea; Length 12' 0"; Width 13' 0"; Height 9' 7.5"; Approx. Wt. 9,000 lbs (4.5 Tons)
- 44” Incline Stairs - Quantity (1) ea; Length 3' 6"; Width 3' 0"; Height 6' 0"; Approx. Wt. 80 lbs
- 28” Incline Stairs - Quantity (1) ea; Length 2' 6"; Width 3' 0"; Height 5' 0"; Approx. Wt. 50 lbs
- Ladder & Step Platform - Quantity (2) ea; Length 2' 8"; Width 3' 10"; Height 4' 3"; Approx. Wt. 100 lbs
- Exterior Ladder - Quantity (1) ea; Length 0' 3"; Width 2' 4"; Height 10' 8"; Approx. Wt. 100 lbs
- Cofferdam - Quantity (1) ea; Length 9' 6"; Width 9' 6"; Height 2' 0"; Approx. Wt. 4000 lbs (2 Tons)
The contractor's facility must possess the capability of accommodating three (3) each 726-Class Logistic Escape Trunks (726 L.E.T. Kit #2) with the dimensions as stated above. To facilitate proper government oversight, the facility shall be located in Washington State.
Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officer’s Representative (COR) to retrieve and deliver the kit to the Contractor’s facility. Blast and preserve houses, cofferdams, stairs, platforms and ladders. Apply non-skid, distinguishing figures, and markings. Accomplish pull testing. Install new label plates, electrical components, overhead lighting. Install new gaskets. Replace sliding door components. Arrange and coordinate the delivery of the kit back to the Government with the Contracting Officer via the COR.
The expected Period of Performance is scheduled to be 4 September 2024 to 29 November 2024.
The Government is contemplating a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,300 employees. The Government intends to post a request for proposals in March 2024 and anticipates award of the Firm-Fixed Price, stand-alone contract in June 2024 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.
Contracting Officer Address:
Puget Sound Naval Shipyard Code 400 STOP 2026, 1400 Farragut Avenue, Bremerton, WA 98314-2026
Point of Contact:
Primary: Demetra Annest, Contract Specialist
demetra.l.annest.civ@us.navy.mil
Alternate: Chris Davidson, Contracting Officer
christopher.t.davidson7.civ@us.navy.mil
Attachments/Links
Contact Information
Contracting Office Address
- 1400 FARRAGUT AVE
- BREMERTON , WA 98314-5001
- USA
Primary Point of Contact
- Demetra Annest
- demetra.l.annest.civ@us.navy.mil
Secondary Point of Contact
- Chris Davidson
- christopher.t.davidson7.civ@us.navy.mil
History
- Mar 08, 2024 08:55 pm PSTPresolicitation (Original)
- Feb 09, 2024 08:55 pm PSTSources Sought (Updated)