Federal Bid

Last Updated on 16 Jan 2024 at 6 PM
Solicitation
Bremerton Washington

Maintenance, Repair and Preservation of UFDD-140 and UFDD-141

Solicitation ID N4523A24R1057
Posted Date 16 Jan 2024 at 6 PM
Archive Date 15 Jan 2025 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Puget Sound Naval Shipyard Imf
Agency Department Of Defense
Location Bremerton Washington United states 98314
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) Utility Floats Deep Draft (UFDD-140 and UFDD-141). The UFDD-140 and UFDD-141 characteristics are both 60 FT length,15 FT beam, 4 FT- 6 IN height (excluding under carriage structure), 26 LT displacement, 20 FT draft (including under carriage structure), 60 tons weight, and hull material is steel. The Contractors facility must possess the capability of accommodating two (2) Utility Floats Deep Draft (UFDD-140 and UFDD-141) 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 exterior vessel surfaces; Open, pump, clean, ventilate, gas free, and maintain dry tanks; Replace zinc anodes; Blast and preserve the underwater body, hull, freeboard, undercarriage, and main deck surfaces; Accomplish visual and Ultrasonic Test (UT) inspections; Touch up preserve tanks; Air test tanks; Replace main deck non-skid; Undock each vessel; Coordinate with the Contracting Officer, via the Contracting Officers Representative (COR), to deliver vessels back to the Government facility. The vessel availability is scheduled to be 1 April 2024 to 14 June 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.
Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Location Unknown 09 Jul 2025 at 11 PM
Location Unknown 09 Jul 2025 at 11 PM
New york 01 Jan 2051 at 4 AM
Charleston West virginia 17 Jul 2025 at 5 PM
New york 12 Jul 2025 at 3 AM