Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2015 FBO #4866
MODIFICATION

19 -- Programmed and Unprogrammed Drydocking, Cleaning, Painting, Repairs & Mods to the US Army Active and Reserve Vessels stationed at Ft Eustis, VA; Ft Belvoir, VA; Baltimore, MD; Morehead City, NC; Sunny Point, NC; and Tampa, FL

Notice Date
3/20/2015
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-15-R-0005
 
Response Due
3/31/2015
 
Archive Date
5/19/2015
 
Point of Contact
Angela Ryan, 7575018195
 
E-Mail Address
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(angela.m.ryan16.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Please note that there are two attachments to this Sources Sought: ECTO Combined Specs DRAFT and Request for Information - Attachment. This is a Sources Sought announcement only and is not a solicitation for proposals. The primary purpose of this announcement is to gain knowledge of potential qualified small business firms. The Mission and Installation Contracting Command (MICC) - Fort Eustis is teaming with the U.S. Army Tank-Automotive and Armaments Command (TACOM) and the Watercraft Inspection Branch (WIB) in an effort to gain knowledge of potential qualified small business firms. Responses to this Source Sought will be used by the Government in making appropriate acquisition decisions. This Sources Sought is intended to be a small business set-aside. Offerors will be required to provide employees and facilities for Programmed and Unprogrammed Drydocking, Cleaning, Painting, Repairs and Modifications to the U.S. Army Active and Reserve Vessels stationed on the East Coast at Fort Eustis, Virginia; Fort Belvoir, Virginia; Baltimore, Maryland; Morehead City, North Carolina; Sunny Point, North Carolina; and Tampa, Florida. There are 47 vessels on the East Coast; three (3) Barge Dry Cargos, Non-propelled (BC) (Class C); one (1) Barge Derrick, with attached crane (BD) (Class C); two (2) Barge, Liquid Cargos, Non-propelled (BG) (Class C); fourteen (14) Landing Craft Mechanized Mod 1s (Class B); two (2) Landing Craft Mechanized Mod 2s (Class B); ten (10) Landing Craft Utility 2000 (LCUs) (Class A-1); two (2) Logistics Support Vessels (LSVs) (Class A-2); two (2) Large Tugs (LT-800) (Class A-1); six (6) Modular Warping Tugs (Class B); one (1) Side Loading Warping Tug (Class B); and four (4) Small Tugs (ST-900s) (Class B). While there are a total of 47 vessels on the East Coast, it is estimated that approximately 67 task orders will be awarded over the course of the 5 years. The Area of Consideration for this procurement will be the United States East Coast. Qualifications will also be based on the ability to obtain an Army Master Vessel Agreement (MVA) in accordance with DFARS Subpart 217-71-Master Agreement for Repair and Alteration of Vessels. Sources are being sought for firms with a North American Industry Classification System (NACIS) Code of 336611 - Ship Building and Repair, with a size standard of 1,000 employees. It is imperative that businesses responding to this sources sought announcement articulate their capabilities clearly and adequately. The following information is requested with responses and shall not exceed fifteen (15) pages: a) Company name, address, CAGE code, and points of contact with telephone numbers and email addresses. b) Business size/classification to include socioeconomic designation of the company (i.e., 8(a), HUBZone, Women Owned Small Business, Veteran Owned Small Business, Small Disadvantaged Business, Service Disabled Veteran Owned Small Business, etc.). c) Number of Employees. d) Average revenue for the last three (3) years. e) Resources to include your company's growth capabilities and established line of credit. f) Past performance/experience on contracts of similar scope (relevancy) that are within the last three (3) years (recency) of the issue date of this announcement. Past experience should include project title, location, general description of the services provided, the company's role, the dollar value, and name of the company/agency/Government entity for which the work was performed. g) What is your firms' capability of obtaining a Master Vessel Agreement in accordance with DFARS Subpart 217-71-Master Agreement for Repair and Alteration of Vessels? No award will result from this sources sought announcement. No reimbursements will be made for any costs associated with providing information in response to this announcement. This notice does not constitute any commitment by the Government. Responses are due close of business 24 March 2015. Please see attached draft specifications. POC for this action is Angel Ryan at angela.m.ryan16.civ@mail.mil or Rhoda Harrison-Spence at rhoda.c.harrison-spence.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ad212f2f2451a7613d959c415735225b)
 
Place of Performance
Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 705 Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN03674846-W 20150322/150320235122-ad212f2f2451a7613d959c415735225b (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.