Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
SOLICITATION NOTICE

V -- SOURCES SOUGHT - RCD TOWING CONTRACT

Notice Date
2/8/2018
 
Notice Type
Presolicitation
 
NAICS
488330 — Navigational Services to Shipping
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A18Q4099
 
Archive Date
6/30/2018
 
Point of Contact
Isabelito M. Cabana, Phone: 3604764025
 
E-Mail Address
isabelito.cabana@navy.mil
(isabelito.cabana@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE The Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS&IMF) is conducting a market survey to determine the interest and capability of Industry to participate in a competitive acquisition for transporting one or more packages containing radioactive material and dangerous waste from Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), Bremerton, Washington, to the Port of Benton barge slip, near Richland, Washington, on the Columbia River. The primary North American Industry Classification System (NAICS) code for this procurement is 488330 and the Small Business size standard is $38.5M. It is anticipated that the Request for Quote (RFQ) will be posted on 1MAR2018. The resulting contract is anticipated to be a Firm-Fixed Price contract type for a base year and 4 option years. Disclaimer: This is a SOURCES SOUGHT announcement. This notice is for market research only and is NOT a Request for Quote (RFQ). It does not restrict the Government from deciding the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Any information submitted by respondents to this technical description is strictly voluntary. The Government intends to set-aside this acquisition to small business. Therefore, result of this notice will determine if small businesses possess the capability to perform the requirements within this acquisition. Respondents need to indicate all small business designations (i.e. 8(a), HUBZone, SDVOSB, WOSB). Interested business firms that meet the capability requirements identified in this notice are requested to respond to this notice. Based upon small business responses received, consideration will be given to defining what part of the acquisition, if any, will be set-aside for small business competition. REQUIREMENT INFORMATION: The minimum requirement of the contract is to transport (by towing), a barge laden with one or more packages containing radioactive material and dangerous waste from Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), Bremerton, Washington, to the Port of Benton barge slip, near Richland, Washington. The objective is to safely and reliably transport the laden barge to the Port of Benton facility and return the empty barge to the PSNS & IMF facility in Bremerton. To meet this objective, the contractor shall use best towing industry practices to maximize the safety and reliability of the tow. The contract imposes additional requirements to further enhance safety and reliability. This includes equipment redundancy requirements and procedure and reporting documentation. BARGE AND CARGO INFORMATION: Barge description: The barge is a U.S. Coast Guard (USCG) inspected and American Bureau of Shipping (ABS) certified steel deck barge (see Attachment 3.1 and Attachment 3.3). PSNS & IMF will provide barge name and official number 60 days before scheduled departure. Description as follows: - Length: 230-250 feet - Beam: 60-68 feet - Deck height: 15 feet - Draft: 4-7 feet when loaded - A towing bridle up to and including the flounder plate and 30-foot pigtail (butt) chain is provided with each barge. - A secondary towing bridle is attached to approximately 300 feet of wire-rope towline terminating with a shackle. A floating polypropylene line, with a marker buoy at its end, is attached to the towline shackle. Cargo package description: The cargo consists of a single defueled Naval submarine reactor compartment that: - meets the U.S. Department of Transportation (DOT) criteria for a Type B package; - contains radioactive material; - may be a Highway Route Controlled Quantity; - contains lead and polychlorinated biphenyls (PCBs); - typically weighs between 1000 and 1680 short tons with the smallest package weighing about 200 short tons; - the package is strong and tightly sealed having all penetrations and accesses sealed by welding; - is mounted on a U.S. Coast Guard (USCG) inspected and American Bureau of Shipping (ABS) certified barge (above). SPECIAL REQUIREMENTS: Governing rules and regulations for the resulting contract as follows: - Washington Administrative Code 173-303, Dangerous Waste Regulations - Title 40 Code of Federal Regulations, Protection of Environment, Part 761 - Polychlorinated Biphenyls (PCBs); Manufacturing, Processing, Distribution in Commerce, and Use Prohibitions - Title 49 Code of Federal Regulations, Transportation - Title 33 Code of Federal Regulations, Navigation and Navigable Waters - Title 46 Code of Federal Regulations, Shipping - Title 29 Code of Federal Regulations, Labor - Washington Administrative Code 296-24, General Safety and Health Standards - U.S. Navy Towing Manual, NAVSEA SL740-AA-MAN-010, Revision 3 FURTHER SPECIFICATIONS AND DETAILS WILL BE PROVIDED IN THE RFQ SUBMISSION REQUIREMENTS: Interested firms should submit Capability Statement describing relevant demonstrated experience and qualifications to Mr. Isabelito M. Cabana via Email Isabelito.cabana@navy.mil. Capability Statement shall be in following format: Font Times New Roman, size 12; 8 X11 paper size; no more than 5 pages one-sided when printed; in Microsoft Word or PDF format. Submissions must be received via email no later than 4:00 PM Pacific Standard Time on 25FEB2018. Questions or comments regarding this notice may be forwarded to Mr. Cabana via EMAIL ONLY. No phone calls will be accepted. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Personal visits for the purpose of discussing this announcement will not be scheduled. THIS IS NOT A REQUEST FOR A PROPOSAL. End of Notice Contracting Office Address: PSNS&IMF Code 440.24 1400 Farragut Ave, Bremerton, WA 98314 Point of Contact: Mr. Isabelito M. Cabana, Contracting Officer Email: Isabelito.Cabana@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18Q4099/listing.html)
 
Record
SN04816826-W 20180210/180208231332-8233baead471af9c4e5c9cb17b6c0179 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.