Skip to main content

An official website of the United States government

You have 2 new alerts

BARGE YRBM-29 DRY DOCKING REPAIRS

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: Sources Sought (Original)
  • Original Published Date: Apr 24, 2023 11:54 am PDT
  • Original Response Date: May 08, 2023 02:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    CA 92136
    USA

Description

REQUEST FOR INFORMATION (RFI) – BARGE YRBM-29 DRY DOCKING REPAIRS

  1. Description and Purpose

Southwest Regional Maintenance System (SWRMC), Code 410B, is conducting market research to increase the Government’s understanding of the industry landscape and determine industry capabilities for the periodic maintenance dry-docking of Commander, Pacific Fleet Berthing and Messing Barge YRBM-29.

  1. Background

The YRBM-29 is a United States Pacific Fleet (PACFLT) owned service craft normally based at Commander, U.S. Fleet Activities, SWRMC.  It is an unmanned vessel designed to provide temporary working and living accommodations for warship crews displaced from their ship during overhaul periods which renders their ship uninhabitable.  The barge has no (functioning) engineering plant, weapons systems, or electrical generation capability.  It is totally dependent on pier supplied services while moored, and on powered vessels for movement from location to location.

In lieu of a ship’s crew, a group called the Barge Maintenance Team (BMT) is employed by PACFLT.  The BMT is contracted to operate the barge equipment, attend the needs of tenant warship crews, and perform routine preventive and minor corrective maintenance.  For heavy industrial maintenance beyond the BMT’s capability, PACFLT contracts the work to other agencies with more capability.  During these periods of industrial maintenance, the BMT acts as warship’s force normally would on their ship, with the ability and authority to provide tag out-lockout isolation, hot work authorization, and post maintenance systems operational testing. 

The PACFLT Southwest Regional Berthing and Messing Barge Administrator and Area Manager are the U.S. Government employee’s charged with ensuring that the Berthing and Messing Program – including the barges – are maintained and operated in accordance with PACFLT instructions. 

Routine visits to the barge by BMT members and the Area Manager or the designated representatives will be conducted on a not-to-interfere with production basis during this period.  Arrangements will be made for contractor representatives to be able to contact the Program Manager and/or BMT representatives when required.

This requirement requires successfully accomplishing two work items:

- Work Item 631-11-001-- Underwater Hull, Freeboard, Structural DFS, Nonskid; preserve, repair and install

- Work Item 997-11-001-- Docking and Undocking YRBM-29

  1. This is an RFI Only

This is a request for information only.  This RFI is issued solely for market research, information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. The Government will not formally evaluate or provide feedback to the RFI responses. This RFI does not commit the Government to a contract for any supply or service whatsoever. The Government is not seeking proposals and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in the response to this RFI; all costs incurred or associated with responding to this notice will solely be at the expense of the respondent. Not responding to this RFI does not preclude participation in any future solicitation, if any is issued. If an RFP is issued, it will be synopsized on the sam.gov website. It is the responsibility of the potential responders to monitor this site for information pertaining to this requirement.

  1. Instructions

SWRMC is seeking feedback from small or large business concerns who possess an Agreement for Boat Repair (ABR) or Master Ship Repair Agreement (MSRA) who are able to accomplish the drydocking of the YRBM-29 in a local NAVSEA certified drydock (besides the Navy Base San Diego Graving Dock) within the San Diego, CA area.  Due to its current condition, the YRBM-29 is not capable of an open ocean tow; therefore, the barge must remain in its local homeport.  The dimensions of the YRBM-29 are as follows: 146 feet and 9-5/8 inches in length by 46 feet and 9-3/8 inches in width and 11 feet 9 inches from the bottom of the keel to the main deck.  Displacement: approximately 645 tons. The tentative period of performance is 25 September 2023 through 26 January 2024.  The Government is seeking information on potential offerors who have or have access to a local NAVSEA certified drydock (besides the Navy Base San Diego Graving Dock) within the San Diego, CA area that can support the performance period.  The Government would like to know if other period of performance dates are available.

  1. Timeline

The Government would appreciate input and responses NLT 14 calendar days from the date of submission of this RFI.  Responses shall not contain any classified information. The Government is not seeking (and will not review any responses that contain) proprietary products, developmental products, proprietary solutions or proprietary acquisition strategy information for this requirement.  All submissions will become Government property and will not be returned.

  1. Contact Information

For any questions regarding this RFI, please submit via email to Lisa DeBolt, Contract Specialist, at lisa.m.debolt2.civ@us.navy.mil. 

Contact Information

Primary Point of Contact

Secondary Point of Contact

History