Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Service Life Extension Program for the YTT-11

Process Number N4523A22R1057

USA

Dates:


Notice ID:

N4523A22R1057

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

PUGET SOUND NAVAL SHIPYARD IMF

Office:

PUGET SOUND NAVAL SHIPYARD IMF

General Information:


All Dates/Times are:

(utc-08:00) pacific standard time, los angeles, usa

Updated Published Date:

jan 18, 2022 09:53 am pst

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

jan 03, 2022 07:00 am pst

Inactive Policy:

15 days after date offers due

Updated Inactive Date:

feb 03, 2022

Original Inactive Date:

jan 18, 2022

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

Description:


Original Set Aside:

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 Service Life Extension Program (SLEP) for the YTT-11 Discovery Bay. Work will be accomplished at the Contractor’s facility. YTT-11 Characteristics: Built by: McDermott Shipyards Length: 186 FT - 6 IN Width: 40 FT– 8 3/4” IN Age: 29 Years Hull Type: Steel Draft: 10 FT- 5 IN, Fwd 10 FT- 4 IN Aft, Molded (10’6”) Full Displacement: 1187 L Tons Light Load: 1010 L Tons The contractor’s facility must possess the capability of accommodating the YTT-11 Discovery Bay with the dimensions as stated above. Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officer’s Representative (COR) to receive the vessel at the Contractor’s facility. Accomplish the following Modifications, Main Engine (ME) and Reduction Gear (RG) Replacement, Electrical Switchboard Upgrade, Ships Service Diesel Generator (SSDG) Replacement, Bailey Monitoring and Control System Replacement, Dynamic Positioning System (DPS) Upgrade, Emergency Diesel Generator (EDG) Day Tank High Suction Piping Modification, Wind Sensor Replacement, Motion Reference Unit (MRU) Replacement, DPSG Fugro Seastar Replacement, Propeller Replacement, SSDG Alternator End Bearing Replacement, Engine Room Bilge Preservation, Ballast Pump/Motor Replacement, Coordinate with AIT to support and accomplish all contract requirements prior to the availability end date. Arrange and coordinate the pickup of the vessel from the Contractor’s facility by the Government with the Contracting Officer via the COR. The vessel availability is scheduled to be 01 April 2022 to 30 November 2022. This is a 100% small business set-aside under the North American Industry Classification System (NAICS) 336611, size 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.

Attachments / Links:


Document Size Updated date Download

Contact Information:


1400 FARRAGUT AVE

BREMERTON , WA 98314-5001

USA

Primary Point of Contacts:

Brittany N Chartier

Secondary Point of Contact:

Chris Campbell