Skip to main content

An official website of the United States government

You have 2 new alerts

Maintenance, Repair, and Preservation of YC-1090 and YC-1590

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 (Updated)
  • Updated Published Date: Mar 06, 2024 10:16 am PST
  • Original Published Date: Feb 05, 2024 10:00 am PST
  • Updated Date Offers Due: Mar 13, 2024 12:00 pm PDT
  • Original Date Offers Due: Mar 06, 2024 12:00 pm PST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 06, 2025
  • Original Inactive Date: Feb 04, 2025
  • 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

3/6/24: Uploaded questions and answers.

----------------------------

3/5/2024: Amendment 0001 is to update the J-2 to include LOE and extend proposal deadline to 13 March 2024.

-------------

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) Open Lighter Barges (YC-1090 and YC-1590).

YC-1090 characteristics are: 110.5 FT length,34.5 FT width, Draft 6 FT, Full Displacement of 590 L Tons and a Light Load of 120 L Tons, age of 78 years, and a steel hull.

YC-1590 characteristics are 110 FT Length, 32 FT Width, 8 FT Draft, full displacement of 694 L Tons and a Light Load of 144 L Tons, age of 37 years, and a steel hull.

The Contractors facility must possess the capability of accommodating two (2) Open Lighter Barges (YC-1090 and YC-1590) 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.

YC-1090 Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officers Representative (COR) to deliver the vessel to the Contractors facility. Upon docking vessel, wash, and clean vessel. Dock, wash, and clean exterior vessel surfaces; 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 and Ultrasonic Test (UT) inspections; Repair steel half pipe fenders; Blast and preserve tanks; Air test tanks; Replace hatch door dogs; Replace main deck non-skid; Repair roller chocks; Undock the vessel. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR.

YC-1590 Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officers Representative (COR) to deliver the vessel to the Contractors facility. Upon docking vessel, wash, and clean vessel. Dock, wash, and clean exterior vessel surfaces; 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 and Ultrasonic Test (UT) inspections; Blast and preserve tanks; Air test tanks; Replace main deck non-skid; Undock the vessel. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR.

The vessel availability is scheduled to be 28 May 2024 to 9 August 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