Skip to main content

An official website of the United States government

You have 2 new alerts

Maintenance, Repair, and Preservation of YFN-1217

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: Aug 27, 2024 01:58 pm PDT
  • Original Response Date: Sep 11, 2024 03:30 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 26, 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:
    WA
    USA

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 (1) Covered Lighter Barge (YFN-1217).

YFN-1217

Length: 110 FT

Width: 32 FT

Draft: 4 FT

Full Displacement: 250 TONS

Light Load: 159 TONS

Freeboard: 5-11.5 FT

Age: 59 YEARS

Hull Material: STEEL

The contractor's facility must possess the capability of one (1) Covered Lighter Barge (YFN-1217) 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; Open, pump, clean, ventilate, gas free, and maintain dry tanks; Replace zinc anodes; Repair hull and freeboard; Blast and preserve the underwater body, hull, freeboard, and main deck surfaces; Accomplish Visual (VT) and Ultrasonic Test (UT) inspections; Blast and preserve tanks; Air test tanks; Replace watertight door gaskets; Repair main deck uneven surfaces; Repair weld seams at base of Superstructure; Replace main deck non-skid; Upgrade HVAC System; 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 01 May 2025 to 31 July 2025.

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 October 2024 and anticipates award of the Firm-Fixed Price, stand-alone contract in January 2025 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: Chloe Vernet

Contract Specialist

Chloe.b.vernet.civ@us.navy.mil

Alternate: Christopher Davidson,

Contracting Officer

christopher.t.davidson7.civ@us.navy.mil

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact

History