Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 13, 2014 FBO #4492
SOURCES SOUGHT

20 -- JOINT HIGH SPEED VESSEL (JHSV) WATER JET MAINTENANCE

Notice Date
3/11/2014
 
Notice Type
Sources Sought
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk, Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N32205-14-R-2204
 
Archive Date
4/16/2014
 
Point of Contact
PATRICK D BROWN, Phone: 757-443-5913
 
E-Mail Address
patrick.d.brown@NAVY.MIL
(patrick.d.brown@NAVY.MIL)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for quotes and no contract or purchase order will be awarded from this notice. There is no solicitation, specifications or drawings available at this time. Military Sealift Command is seeking eligible businesses who can provide all management, supervision, personnel, labor, materials and equipment (except for Government furnished items) required to maintain and support the Wartsila WLD 1400SR Water Jet Propulsor System, including, but not limited to the Jetavator, impeller shaft and seal unit, thrust bearing, hydraulic steering system, hydraulic reversing system, lubrication system, monitoring and control systems and safety devises on Joint High Speed Vessel (JHSV) class vessels. Support shall include periodic equipment grooms, technical representative visits, telephone consultations, remote technical support via e-mail and phone, hardware and software configuration management services, new/overhauled OEM parts supply, maintenance and periodic equipment training. It is anticipated that service representatives will be required to visit JHSV class vessels at various ports including, but not limited to, the following locations: Baltimore, MD; Earle, NJ; Norfolk, VA; Boston, MA; Charleston, SC; Seattle, WA; Portland, OR; San Diego, CA; San Francisco, CA; Honolulu, HI; Guam; Singapore; Yokosuka, Japan; Jebel-Ali, United Arab Emirates; Bahrain; Dubai; and Naples, Italy. The work is to be performed by Wartsila authorized/certified technicians and all parts and equipment required are to be Wartsila OEM. All potential sources are to provide proof that they are an authorized Wartsila repair facility and can provide OEM parts. All Small businesses, Service-Disabled Veteran-Owned Small Business, Certified HUBZone, Woman Owned and Certified 8(a) Small Businesses are encouraged to respond. The Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This office anticipated award of a contract no later than 16 May 2012. The appropriate NAICS Code is 488390. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. It is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting office a brief capabilities package demonstrating ability to provide the requested items. This document shall address, as a minimum the following: (1) Company Profile to include number of employees, office location(s), DUNS number, CAGE Code and a statement regarding small business designation and status; (2) The facility where the work will be performed (3) Partnership agreements with any large businesses. Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirement to be consistent with industry. RESPONSES ARE DUE on 1 April 2014 by 2:00 PM Eastern Standard Time. Responses shall be sent via mail to the following address: Military Sealift Command, Code N104-2 (Attn: Patrick Brown), 471 East C Street, Norfolk, VA 23511. Email submissions of the capabilities packages (patrick.d.brown@navy.mil) WILL be accepted. Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Patrick Brown at the above address or via email at patrick.d.brown@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/80dbed2281aaa6e09fce33229b6c4066)
 
Record
SN03307481-W 20140313/140311234824-80dbed2281aaa6e09fce33229b6c4066 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.