Service Area III - Navy Watercraft Intermediate Level Maintenance and Repair. The tasks of this BOA will be focused on System Alterations, modifications, upgrades, selective repair, and associated Logistics, Technical Writing and Documentation services associated with Maritime Prepositioning Force Navy watercraft during its maintenance. This includes, but is not limited to, the following Navy watercraft: Maritime Prepositioning Force Utility Boat (MPFUB), Lighter Amphibious Resupply Cargo, 5 (LARC-V), Landing Craft Mechanized-8 (LCM-8) and Improved Navy Lighterage System (INLS), which includes: Warping Tug (WT), Causeway Ferry Power Module, Causeway Ferry Beach Module, Causeway Ferry Intermediate Module and the RRDF system which includes the Docking Module, Ramp Module and Combination Module. It also includes maintenance, repair and logistical support for organic assets supporting the maintenance cycle. Type of work includes various industry disciplines, but not limited to, hull cleaning, towing, steel fabrication, welding, mechanical, machining, piping, hydraulics, electrical, selective surface conditioning (blasting), coating systems (painting) and dry docking. It may also include selective repairs and system alterations to Navy watercraft that result from scheduling conflicts, production backlogs and unknown "growth" work from prevailing contracts.
Service Area IV - Afloat Corrective Maintenance and Logistics Support. The tasks of this BOA are for providing OCONUS Intermediate and Depot Level Repair and Logistic Services of Improved Navy Lighterage System (INLS); Landing Craft Mechanized (LCM-8); Amphibious Bulk Liquid Transfer System (ABLTS) and the Maritime Prepositioned Force Utility Boat (MPF UB); on watercraft embarked on MPF shipping, deployed overseas. The contractor shall provide all required personnel, transportation, supervision (including safety oversight), and other items necessary to perform the required services in an OCONUS and afloat environment subject to MPF shipping schedules. The need for an indefinite delivery vehicle such as a Basic Ordering Agreement has arisen because Blount Island Command, Jacksonville, Florida is assuming responsibility for the corrective maintenance and repair of the INLS, LCM-8, ABLTS, and MPF UB systems once they are placed aboard the MPF Ships. Currently these systems and their predecessors are maintained by a contractor or subcontractor under contract to the NAVFAC Expeditionary Programs Office (NEPO) while embarked on ships forward deployed. Preventive maintenance will still be conducted under the NEPO contract. This BOA is for corrective maintenance and logistic support.
NAICS code of 336611 is applicable to all offerors interested in submitting an offer for Service Area II - Navy Watercraft Depot Level Repair. This Agreement will include depot level maintenance and repair for the following Navy watercraft systems: Landing Craft Mechanized-8 (LCM-8), and Improved Navy Lighterage System (INLS) which includes: Warping Tug (WT), Causeway Ferry Power Module, Causeway Ferry Beach Module, Causeway Ferry Intermediate Module and the RRDF system which includes the Docking Module, Ramp Module and Combination Module. Type of work includes various industry disciplines, but not limited to, towing, dry docking, steel fabrication, welding, mechanical, machining, piping, hydraulics, electrical, surface conditioning (blasting), and coating systems (painting). It may also include selective repairs for unknown "growth" work from other Navy watercraft contracts.
This Agreement will be required of a local small business firm as the Navy craft will require towing/transport from Blount Island, Jacksonville, Florida to the contractor's site for repair.
The government will accept offers from small business firms with either the NAICS Code of 811310 and/or 336611 as described herein for the resultant multiple awards of Basic Ordering Agreements.
Purpose for Amendment (2):
To adjust the combined synopsis/solicitation response date to 12:00 p.m. (EST) on Thursday, May 5, 2016.