Preservation, Maintenance, and Repair of UF-41
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: Sources Sought (Original)
- Original Published Date: Jan 12, 2023 02:14 pm PST
- Original Response Date: Jan 23, 2023 12:00 pm PST
- Inactive Policy: Manual
- Original Inactive Date: Feb 28, 2023
- 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:
Description
The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interest in performing preservation, maintenance and repair in support of one (1) Utility Float (UF-41). Work will be accomplished at the Contractor's facility. The Government is seeking responses from sources that can perform the following work.
Geographical Area of consideration: 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.
UF-41
• Length: 60 FT
• Width: 15 FT
• Draft: 6 FT
• Light Load: 50 Tons
• Hull Type: STEEL
Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officer’s Representative (COR) to deliver the vessel to the Contractor’s facility. Upon docking vessel, wash and clean vessel. Remove existing rubber fenders and associated hardware; Sweep-blast clean rubber fenders. Reinstall rubber fenders with new fasteners and associated hardware. Remove existing and install new zinc anodes. Preserve interior and exterior of tank covers, replace all gaskets. Blast and preserve main deck, hull, freeboard and components. Apply new non-skid and coating system to the main deck. Undock the vessel. Perform Ultrasonic Testing to the main-deck, hull, and freeboard surfaces for plating thickness. Perform visual inspections to the hull, main-deck, and tanks/voids for plating and framing damage and deterioration. Open, clean, inspect, and test all tanks and voids of the vessel. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR.
UF-41 Period of Performance:
July 2023 through September 2023
What/Where to Submit:
Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact. Please hand or digitally sign your letter of interest and e-mail it to the Government contacts listed below, with "UF-41 Sources Sought Response" in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in the description shown above, and answers to the following specific questions. Please limit your response to no more than 5 pages.
1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,250 or less employees)?
2. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance.
3. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them(including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)?
4. Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the UF-41 package?
When to Submit:
Responses are requested no later than 12:00PM PT, on 23 January 2023.
Notice Regarding Sources Sought:
This sources sought is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This sources sought does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not seeking proposals at this time, nor accepting unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this source sought; all costs associated with responding to this source sought will be solely at the interested party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM website (sam.gov). It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
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 sources sought announcement is released in accordance with FAR 15.201.
Information provided in response to this sources sought announcement 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
- Jeff Jaeckel
- jeff.a.jaeckel.civ@us.navy.mil
Secondary Point of Contact
- Brittany N Chartier
- brittany.n.chartier.civ@us.navy.mil
History
- Feb 28, 2023 08:58 pm PSTSources Sought (Original)
- Feb 15, 2023 03:30 pm PSTPresolicitation (Original)