Preservation IDIQ

Agency: DEPT OF DEFENSE
State: Washington
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159869379328274
Posted Date: Mar 22, 2024
Due Date: Apr 2, 2024
Solicitation No: N4523A24R1062
Source: Members Only
Follow
Preservation IDIQ
Active
Contract Opportunity
Notice ID
N4523A24R1062
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
PUGET SOUND NAVAL SHIPYARD IMF
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)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 22, 2024 02:35 pm PDT
  • Original Response Date: Apr 02, 2024 11:00 am PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 17, 2024
  • 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:
    WA
    USA
Description

The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interested parties for a future supply contract. The Northwest Regional Maintenance Center (NWRMC), Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), Industry Management Department, Code 400 anticipates a Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) to procure repair and modernization of U.S. Navy waterborne barges home ported in the following locations in the state of Washington: Bremerton, Everett, Keyport, Indian Island, Manchester Fuel Depot, and NSB Bangor (Silverdale). Work will be accomplished at the Contractor's facility. The intention is to procure this requirement on a competitive basis. The Government is seeking responses from sources that can perform the following work:



Geographical Area of Consideration: To facilitate proper government oversight, the facility shall be located in 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.



Types of Vessels: YC (Yard Craft), UF (Utility Float), UFDD (Utility Float Deep Draft) Barges



Structural Material: Steel



YC Notional Length: 115 Feet



YC Notional Width: 32 Feet



YC Notional Draft: 3 Feet



YC Notional Light Load: 160 Long Tons



UF Notional Length: 60 Feet



UF Notional Width: 15 Feet



UF Notional Draft: 3 Feet



UF Notional Light Load: 25 Long Tons



UFDD Notional Length: 60 Feet



UFDD Notional Width: 15 Feet



UFDD Notional Draft: 22 Feet



UFDD Notional Light Load: 45 Long Tons



Design Types: Hull, Mechanical, and Electrical Design



Basic Commercial Off-the-Shelf to Militarized Special Designs



Scope Overview: Typical projects may include docking the vessel and accomplishing the required vessel husbandry; project management; welding; pipefitting; shipfitting; abrasive grit blasting; painting; sheet metal forming; shaping; cutting and stamping; electrical repairs, alterations, and modernization; pump/motor and mechanical systems repair; tank cleaning; rigging; and temporary scaffolding removal/installation.



The notional schedule is listed below is provided for planning purposes only. The government is not obligated to pursue this schedule or a future solicitation because of this Sources Sought.



Period of Performance



The estimated period of performance consists of a five-year ordering period with performance commencing in September 2024.



What/Where to Submit: Interested companies should submit, on company letterhead, a notice of interest including 1) name, telephone number, mailing address, and e-mail address of one point of contact for your organization and 2) tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



Please hand or digitally sign your letter of interest and e-mail it to the Government contacts listed below, with "Preservation IDIQ Sources Sought Response" in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in the description shown above, and answers to the following specific questions. Please limit your response to no more than 5 pages.



The capabilities statement should address the following items:



1. Which of the vessel types (YC, UF, UFDD) is your company capable of supporting?



2. Does your company have a satisfactory performance record for the type of work required? Please provide detailed examples of relevant and recent (within three years) past performance.



3. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)?



4. What specific technical skills does your company possess which ensure capability to perform the tasks?



5. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,300 or less employees)?



6. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, CAGE code etc.



7. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.



8. Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the Preservation IDIQ package?



When to Submit: Responses are requested no later than 11:00AM PT, on 2 April 2024. All responses under this Sources Sought notice must be emailed to Chris Davidson christopher.t.davidson7.civ@us.navy.mil and Nathan DeGuzman nathaniel.d.deguzman.civ@us.navy.mil.



Notice Regarding Sources Sought: This sources sought is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This sources sought does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not seeking proposals at this time, nor accepting unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this source sought; all costs associated with responding to this source sought will be solely at the interested party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM website (sam.gov). It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.



All offerors must be registered with System for Award Management (SAM) to receive award of Government contracts. Offerors are advised also that SAM Representation and certifications can be completed electronically via System for Award Management website at https://www.sam.gov.



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 sources sought announcement is released in accordance with FAR 15.201.



Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract.


Attachments/Links
Contact Information
Contracting Office Address
  • 1400 FARRAGUT AVE
  • BREMERTON , WA 98314-5001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 22, 2024 02:35 pm PDTSources Sought (Original)

Related Document

May 1, 2024[Presolicitation (Original)] Repair and Modernization IDIQ YC-UF-UFDD

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >