Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2025 SAM #8578
SOURCES SOUGHT

J -- Lifecycle Maintenance of 33-Foot Vessels

Notice Date
5/20/2025 11:18:39 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A25R1102
 
Response Due
5/28/2025 11:00:00 AM
 
Archive Date
06/12/2025
 
Point of Contact
Chloe Vernet, Nathan DeGuzman
 
E-Mail Address
chloe.b.vernet.civ@us.navy.mil, nathaniel.d.deguzman.civ@us.navy.mil
(chloe.b.vernet.civ@us.navy.mil, nathaniel.d.deguzman.civ@us.navy.mil)
 
Description
Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS&IMF), Contracting Department (Code 400), is conducting market research to determine industry capability and interest that might exist in order to support an upcoming requirement in performing maintenance, repair, and preservation in support of six (6) Naval Sea Systems Command (NAVSEA) 33-foot Patrol Boats (33PB), two (2) NAVSEA 33-foot Harbor Security (HS) vessels, and two (2) 64-foot Patrol Boat (64PB) cradles. Work will be accomplished at the Contractor's Facility. The Government is seeking responses from sources that can perform the following work: 33-Foot Safe Boat (33PB) Length: 35FT 3IN Width: 10FT Light Load: 12,932 LBS Draft: 2FT 9IN Hull Material: Aluminum, Monohull 33 Foot Harbor Security (33HS) Length: 37FT 4IN Beam: 11FT 5.5IN Light Load: 17,440 LBS Draft: 2FT 2IN Hull Material: Aluminum, Monohull Scope Overview: Provide life cycle maintenance services for six (6) Transit Protection Program (TPP) 33PBs, two (2) 33HSs, and two (2) 64PB cradles as directed by this contract. The Contractor will coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR) to schedule vessel and cradle component delivery to the Contractor�s facility. Upon docking 33PBs, and 33HSs, wash and clean the vessels. Period of Performance: 12 months from the date of contract award. What/Where to Submit: Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of point of contact. Please hand or digitally sign your letter of interest and e-mail it to the Government contacts listed below, with ""33PB Sources Sought Response"" in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in the description shown above, and answers to the following specific questions. Please limit your response to no more than 5 pages. 1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,300 or less employees)? 2. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance. 3. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? 4. Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the 33PB package? When to Submit: Responses are requested no later than 11:00AM PDT, on 28 May 2025. Businesses of all sizes are encouraged to respond. Notice Regarding Sources Sought: This sources sought is issued solely for informational and planning purposes - it does not constitute a solicitation or a promise to issue a solicitation in the future. This sources sought does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not seeking proposals at this time, nor accepting unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this source sought; all costs associated with responding to this source sought will be solely at the interested party's expense. Not responding to this sources sought notice does not preclude participation in any future Request for Quote (RFQ), Invitation for Bid (IFB) or Request for Proposal (RFP), if any is issued. If a solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE). It is the responsibility of the potential offerors to monitor the GPE for additional information pertaining to this requirement. 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 sources sought announcement is released in accordance with FAR 15.201. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract. Based on the responses to this sources sought, this requirement may be set-aside for small business (in full or in part) or procured through full and open competition (unrestricted), the government intent at this time is for a single award. All small business set-aside categories will be considered. Telephonic inquiries will not be accepted or acknowledged, the government will not be providing evaluations or comments to companies providing sources sought responses but the responses will be used to inform the government as to the best means of procuring this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dad8711e1f654058ba1ae351366c4766/view)
 
Place of Performance
Address: WA, USA
Country: USA
 
Record
SN07450103-F 20250522/250520230054 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.