Skip to main content

An official website of the United States government

You have 2 new alerts

UFDD-132 and UFDD-133

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 (Updated)
  • Updated Published Date: Jan 03, 2023 05:02 pm PST
  • Original Published Date: Dec 13, 2022 11:39 am PST
  • Updated Date Offers Due: Jan 19, 2023 12:00 pm PST
  • Original Date Offers Due: Jan 19, 2023 11:00 am PST
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 31, 2023
  • Original Inactive Date: Dec 31, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • 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 two (2) Deep Draft Utility Floats (UFDD-132 and UFDD-133). The UFDD-132 and UFDD-133 are made of steel and are 46 years old and they both are 56 FT in length, 19 FT in width, 17 FT- 8 IN draft and 39 L tons light load. The contractors facility must possess the capability of accommodating two (2) Deep Draft Utility Floats (UFDD-132 and UFDD-133) 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 Officers Representative (COR), to deliver each vessel to the Contractors facility. Dock, wash, and clean the exterior surfaces of each vessel. Remove each rubber fender from each floats undercarriage structure. Sweep blast clean each rubber fender, temporarily store, and install each rubber fender to its parent location upon full completion of preservation curing operations of the underwater hull and undercarriage structure and install new galvanized fasteners. Install new CRES (corrosion resistant steel) 316L test data label plates after accomplishment of the overload test(s). Remove existing, install new zinc anodes, and install new associated CRES 304 fasteners. Accomplish an electrical resistance test of each new zinc anode. Blast and preserve the underwater body, hull, freeboard, and undercarriage structure surfaces of each vessel and install new a 12-year service life commercial marine epoxy coating system. Accomplish a visual and ultrasonic test (UT) inspection of the underwater body, hull, freeboard, and undercarriage structure surfaces of each vessel after blasting and application of the primer coat. Open, pump, clean, ventilate, gas free, and maintain dry each tank/void on each vessel. Accomplish a visual inspection for preservation coating condition, structural integrity, deterioration, and distortion of each tank/void. Accomplish an air test of each tank/void on each vessel. Accomplish various repairs in each tank/void as specified in the SOW. Remove existing and install new non-skid to the Main Deck surfaces of each vessel. Accomplish a visual and UT inspection of the Main Deck plating surfaces after blasting and application of the first primer coat. Undock each vessel. Arrange and coordinate the delivery of each vessel back to the Government with the Contracting Officer via the COR. The expected Period of Performance is scheduled to be 3 April 2023 to 30 June 2023. This is a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,250 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