Skip to main content

An official website of the United States government

You have 2 new alerts

Maintenance, Repair, and Preservation of Old Man IV

info alert

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: Solicitation (Original)
  • Original Published Date: Aug 24, 2023 01:30 pm PDT
  • Original Date Offers Due: Sep 25, 2023 11:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 23, 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:

Description

The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS and IMF), Bremerton, Washington intends to award a stand-alone Firm-Fixed-Price contract to accomplish maintenance, repair and preservation of one (1) Admiral Barge (Old Man IV).The Old Man IV characteristics are wood hull material, 60 years old, 50 FT length, 14 FT ? 8 IN width, 3 FT draft, and 16.5 L tons full displacement. The YC-1634 characteristics are steel hull material, 32 years old, 110 FT length, 32 FT width, 8 FT draft, 694 tons full displacement, and 144 tons light load.The Contractors facility must possess the capability of accommodating one (1) Admiral Barge (Old Man IV) with the dimensions as stated above. 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.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. Inspect hull and main deck. Modify fuel piping. Install Fuel tank level indicator. Replace Engine Mounts. Align Engines. Repack Rudders. Propeller cleaning and balancing. Modify potable water piping; clean and flush potable water system. Repair black water tank level indicator. Replace hot water heater. Galley and Pilot house heater repairs. Repair Main engine hoses. Replace Engine room insulation. Superstructure repair. Handrail repair and polishing. Replace hull preservation coatings. Replace hull zinc anodes. Install various broken off hardware. Clean and inspect tanks. Polish various CRES hardware. Repair trim tab planks. Refurbish Teak wood. Replace heater core. Replace carpet in main spaces. Replace cushion cockpit. Refurbish cushion foundation. Operation check hull valves. Replace seacocks. Accomplish hull repairs. Repair Port beading. Clean windshield trim and hardware. Transom name covert to chrome. Pilot house, aft cabin and main cabin interior wood refurbishment. Replace Port and STBD port holes. Replace headlights. Undock the vessel. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR.The expected Period of Performance is scheduled to be 9 January 2024 to 16 April 2024.This is a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,300 employees. 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.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact

History