SOLICITATION NOTICE
J -- Maintenance, Repair, and Preservation of Bangor Caisson 1 Prime
- Notice Date
- 4/15/2025 9:06:13 AM
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A25R6002
- Response Due
- 4/30/2025 12:00:00 PM
- Archive Date
- 05/15/2025
- Point of Contact
- Jeff Jaeckel, Christopher Campbell
- E-Mail Address
-
jeff.a.jaeckel.civ@us.navy.mil, christopher.d.campbell76.civ@us.navy.mil
(jeff.a.jaeckel.civ@us.navy.mil, christopher.d.campbell76.civ@us.navy.mil)
- Description
- INFORMATION FOR POTENTIAL OFFERORS: 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 maintenance, repair, and preservation of one (1) Bangor Caisson 1 Prime. Bangor Caisson 1 Prime Length: 108� -7� Width: 18 FT Height: 65 FT Full Displacement: 1,363 L TONS Maximum Draft: 35 FT Hull Material: STEEL The contractor's facility must possess the capability of one (1) Bangor Caisson 1 Prime 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 Officer�s Representative (COR) to pickup, transport (tow) and deliver the asset to and from the Contractor�s facility. Upon docking asset, wash, and clean asset. Contractor is responsible to for the interior and exterior coating renewal; replacement of non-skid; remove existing and install new PRC decking on the operations deck; removal, repair and reinstallation of dewatering pumps and motors; removal of existing and installation of new gate and check valves and associated valve actuators and reach rod assemblies; replacement of interior and exterior zincs; removal of existing and installing new port side rubber seal, opening, pumping, and cleaning tanks and voids; removal of existing light bulbs and installation of new LED bulbs; inspection of weather deck alarm lights and audible horn; replace damaged and missing weather deck safety light and foundation; ultrasonic testing of hull, weather deck, and tank steel; repair weather deck aprons; dock and undock Caisson; and perform dock and sea trials. The expected Period of Performance is scheduled to be 16 December 2025 to 17 June 2026 The Government is contemplating full and open competition. The Government intends to post a request for proposals in April/May 2025 and anticipates award of the Firm-Fixed Price, stand-alone contract in September 2025 to the responsible contractor on a lowest price, technically acceptable basis in accordance with, but not limited to, the Federal Acquisition Regulation (FAR) 15.101-2. Offerors can view and/or download the draft notional work specifications for review at https://www.sam.gov. 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. Notice Regarding Pre-Solicitation Synopsis: 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 pre-solicitation announcement is released in accordance with FAR 5.2. Information provided in response to this pre-solicitation announcement is for informational and planning purposes only, will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract. Contracting Officer Address: Puget Sound Naval Shipyard Code 400 STOP 2026, 1400 Farragut Avenue, Bremerton, WA 98314-2026 Point of Contact: Primary: Jeff Jaeckel Contract Specialist jeff.a.jaeckel.civ@us.navy.mil Alternate: Chris Campbell Contracting Officer christopher.d.campbell76.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8791dbf0472045fa99fb734de2735f49/view)
- Place of Performance
- Address: WA, USA
- Country: USA
- Country: USA
- Record
- SN07408898-F 20250417/250415230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |