Skip to main content

An official website of the United States government

You have 2 new alerts

Service Life Extension Program for the YTT-11

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: Oct 25, 2021 11:08 am EDT
  • Original Response Date: Nov 09, 2021 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 24, 2021
  • 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 and Intermediate Maintenance Facility (PSNS & IMF), Bremerton, Washington intends to award a stand-alone Firm-Fixed-Price contract to accomplish the service life extension program in support of one YTT-9 Cape Flattery Class Torpedo Trials Craft (1), YTT-11 Discovery Bay.

YTT-11 Characteristics

McDermott Shipyards

Length: 186 FT - 6 IN

Width: 40 FT– 8 3/4” IN

Age: 29 Years

Hull Type: Steel

Draft: 10 FT- 5 IN Fwd

10 FT- 4 IN Aft 

Molded (10’6”)

Full Displacement: 1187 L Tons

Light Load: 1010 L Tons

The contractor's facility must possess the capability of accommodating one (1) YTT-11 with the dimensions as stated above.

Scope Overview:   Coordinate with the Contracting Officer, via the Contracting Officer’s Representative (COR) to receive the vessel at the Contractor’s facility. Accomplish the following Modifications, Main Engine (ME) and Reduction Gear (RG) Replacement, Electrical Switchboard Upgrade, Ships Service Diesel Generator (SSDG) Replacement, Bailey Monitoring and Control System Replacement, Dynamic Positioning System (DPS) Upgrade, Emergency Diesel Generator (EDG) Day Tank High Suction Piping Modification, Wind Sensor Replacement, Motion Reference Unit (MRU) Replacement, Propeller Replacement, SSDG Alternator End Bearing Replacement, Engine Room Bilge Preservation, Ballast Pump/Motor Replacement, Coordinate with AIT to support and accomplish all contract requirements prior to the availability end date. Arrange and coordinate the pickup of the vessel from the Contractor’s facility by the Government with the Contracting Officer via the COR.

The expected Period of Performance is scheduled to be 01 April 2022 to 30 November 2022.

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 2021 and anticipates award of the Firm-Fixed Price, stand-alone contract in February 2022 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://beta.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 440 STOP 2026, 1400 Farragut Avenue, Bremerton, WA 98314-2026

Point of Contact:

Primary: Brittany Chartier,

Contract Specialist

Brittany.chartier@navy.mil

Contact Information

Contracting Office Address

  • 1400 FARRAGUT AVE
  • BREMERTON , WA 98314-5001
  • USA

Primary Point of Contact

Secondary Point of Contact

History