BARGE YRBM-29 DRY DOCKING REPAIRS
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Jun 22, 2023 02:58 pm PDT
- Original Response Date: Jul 10, 2023 11:00 am PDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 25, 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: San Diego , CA 92136USA
Description
The Southwest Regional Maintenance Center (SWRMC) intends to issue a Request for Proposal (RFP) to provide for the repairs and dry docking of the Commander, Pacific Fleet’s Repair Berthing and Messing Barge YRBM-29. The YRBM-29 is an unmanned vessel designed to provide temporary working and living accommodations for warship crews displaced from their ship during overhaul periods. The barge has no functioning engineering plant, weapons systems, or electrical generation capability. This RFP is to accomplish two (2) work items: Work Item No. 631-11-001 Underwater Hull, Freeboard, Structural DFS, Nonskid; preserve, repair, and install and Work Item No. 997-11-001 Docking and Undocking YRBM-29.
All West Coast area sources who currently hold an Agreement for Boat Repair (ABR) under DFARS 217.71, or are qualified for and willing to enter an agreement shall be considered by this agency. Firms which do not possess an ABR are ineligible for award unless adequate time exists to permit the Navy to perform an assessment of the ABR application without impacting the vessel's availability dates.
If the Navy issues an RFP for the YRBM-29, the Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy Marine Corps Acquisition Regulation Supplement (NMCARS) will guide the acquisition. The anticipated contract is a supply-type contract. The supply that would be procured is a repaired, mission-ready barge, which shall be returned to service with the Fleet.
The repairs and dry docking of the YRBM-29 is expected to be solicited on a coast-wide basis on the West Coast under a single RFP, and a single contract to complete the availability is expected to be awarded to one contractor. At this time, the Government intends to allow the Naval Station San Diego Graving Dock as a named place of performance for the dry docking portion of the availability for offerors proposing to perform within the San Diego homeport area. Offerors may propose to use either the Naval Station San Diego Graving Dock or an alternative NAVSEA certified dry-dock inside the San Diego homeport. Due to its current condition, the YRBM-29 is not capable of an open ocean tow; therefore, the YRBM-29 must remain in its local homeport.
The contractor shall furnish all labor, equipment, materials, and facilities required to accomplish the work in the subject work items. Government furnished utilities at the Naval Station San Diego Graving Dock may be available for the contractor’s use at the contractor’s expense. The contractor is responsible for the use of the latest revision of all references, specifications, and NAVSEA Standard Items.
The Navy would issue the RFP electronically on www.sam.gov and interested parties must comply with the RFP. Interested offerors are hereby encouraged to monitor www.sam.gov for the anticipated release of the RFP, and any associated amendments. Offerors shall be registered in the System for Award Management (SAM) to be eligible for award.
This synopsis is issued in accordance with FAR 5.203(a) and shall not be construed as a commitment by the Government to issue an RFP or award a contract. The Government will not accept proposals as a result of this synopsis. The Government will not reimburse respondents for any questions submitted or information provided in response to this notice.
This will be a firm-fixed-price contract for the period of performance of 25 September 2023 through 26 January 2024 (this is subject to change based on the availability of the Naval Station San Diego Graving Dock, if applicable). The applicable NAICS code is 336611 Ship Building and Repairing. Award will be based on best-value procurement utilizing past performance, technical, and price as evaluation factors. The successful offeror will be required to have a Southwest Regional Maintenance Center approved Quality Management System manual (IAW NAVSEA Standard Item 009-04) in place at the time of contract award.
Firms that are interested in this procurement may send an e-mail providing all point of contact information to Lisa DeBolt, lisa.m.debolt2.civ@us.navy.mil, to receive a courtesy notification when the RFP is posted.
Attachments/Links
Contact Information
Contracting Office Address
- 3755 BRINSER STREET SUITE 1
- SAN DIEGO , CA 92136-5205
- USA
Primary Point of Contact
- Lisa DeBolt
- lisa.m.debolt2.civ@us.navy.mil
- Phone Number 6198503525
Secondary Point of Contact
- Michael Luu
- michael.t.luu.civ@us.navy.mil
- Phone Number 6195564706
History
- Jul 25, 2023 08:55 pm PDTPresolicitation (Updated)
- Jun 22, 2023 02:58 pm PDTPresolicitation (Original)
- Jun 17, 2023 08:58 pm PDTSources Sought (Updated)