Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
SOURCES SOUGHT

20 -- ROH/DD of USNS CARL BRASHEAR

Notice Date
6/29/2016
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk (N40442), Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N32205-16-T-4313
 
Archive Date
12/16/2016
 
Point of Contact
Douglas Jones, Phone: (757) 433-5882, Donnie S. Leger, Phone: 757-443-5900
 
E-Mail Address
douglas.jones3@navy.mil, donnie.leger@navy.mil
(douglas.jones3@navy.mil, donnie.leger@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 Fleet Support Command is seeking eligible businesses for the Regular Overhaul/Dry Docking (ROH/DD) on the USNS CARL BRASHEAR (T-AKE 7) commencing on or about 13 December 2016. The USNS CARL BRASHEAR has a length of 698 Ft, a Beam of 106 Ft, a Draft of 30 Ft, and is 41,000 tons. Work is to be performed at a Contractor's facility on or about the above mentioned dates. Area of consideration is West Coast. Major work items will include: Food Waste and Grey Water Tank Preservation, Preservation of Lifeboat and RHIB Davits, Roller Chock Replacement FWD Set (T-ALT 136), Propulsion Motor and Cooler Cleaning, Inspection and Maintenance, Main Diesel Engine and Turbocharger No. 1 & 3 24K Hr Overhaul, Annual Automation & Propulsion Control Inspection & Testing, HV SS Emergency Switchboard and Load Center Cleaning, HV Jumper Cable Replacements (T-ALT 428), IMECO HVAV Shipyard Support, IMECO Chiller Shipyard Support, UPS, PLC, Thermographic and Degaussing System Survey, Shipyard Support for UPS Replacement, GMDSS Annual Radio Survey, Bridge and Navigational Equipment Annuals, SRD-500 Doppler Speed Log Replace (T-ALT 431), VDR Recertification, Relief Valve Testing/Calibration, Cargo Crane Repairs and Re-Testing Survey, LTFW Cooler Cleaning, Inspection and Maintenance, LT FW Cooler Cleaning, Inspection and Maintenance, Sewage System Piping Replacement, Open & Inspect Air Comp Receivers and Hydro HP Air Flasks, Cargo and Domestic Reefer 20K Maintenance and Repair, Calibrate and test OWS, Bow Thruster Cooling Regulator (T-ALT 420), Galley & Laundry Duct Cleaning, Galley Equipment Calibration, Propeller Shaft and Stern Tube Inspection, Stern Tube Seal Inspection, Underwater Hull Cleaning and Painting, Sea Valve Replacement and Firemain Overboard Repair, Flight Deck and Hanger Deck Non-Skid Renewal, Sliding Block Chain Replacement. Successful offeror must possess a Master Ship Repair Agreement (MSRA) or an Agreement for Boat Repair (ABR) or have submitted an application for approval prior to contract award. Estimated issue date of this solicitation is on/about 5 August 2015. After issuance, solicitation may be obtained on the FBO website. All Small businesses, Service-Disabled Veteran-Owned Small Business, Certified HUBZone 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 29 October 2016. The appropriate NAICS Code is 336611. 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 this requirement to be consistent with industry. RESPONSES ARE DUE on Monday, July 11, 2015 by 11:00 AM Eastern Standard Time. Responses shall be sent via mail to the following address: Military Sealift Fleet Support Command, Code N10 (attn: Doug Jones), 471 East C Street, Norfolk, VA 23511. Email submissions of the capabilities packages (douglas.jones3@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 Doug Jones at the above address or via email at douglas.jones3@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d11d995446155afa77a5879f3f3be3d1)
 
Place of Performance
Address: TBD, United States
 
Record
SN04166834-W 20160701/160629235639-d11d995446155afa77a5879f3f3be3d1 (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.