Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
MODIFICATION

20 -- USNS SUPPLY ROH/DD

Notice Date
11/13/2017
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk (N32205), Building SP-64, 471 East C Street, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N32205-18-R-4251
 
Archive Date
11/16/2018
 
Point of Contact
Douglas Jones, Phone: (757) 433-5882, John Scott Harrison, Phone: (757) 443-5919
 
E-Mail Address
douglas.jones3@navy.mil, john.harrison@navy.mil
(douglas.jones3@navy.mil, john.harrison@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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 for the Regular Overhaul/Dry Docking (ROH/DD) on the USNS SUPPLY (T-AOE 6) commencing on or about 24 April 2018 for a seventy-five (75) day availability. The USNS SUPPLY has a length of 753 Ft, a Beam of 107 Ft, a Draft of 40.8 Ft, and is 53,000 tons. Work is to be performed at a Contractor's facility on or about the above mentioned dates. Area of consideration is East Coast and Gulf Coast. Major work items will be included in the Synopsis to be posted on or about October 27, 2017. 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 or about 4 December 2017. 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 Tuesday, October 24, 2017 by 9:00 AM Eastern Standard Time. Responses shall be sent via mail to the following address: Military Sealift 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 •1) Action Code: Pre-solicitation - Synopsis •2) Date: •3) Year: 2018 Fiscal Year •4) Contracting Office Zip Code: 23511 •5) Classification Code: 20 •6) Contracting Office Address: 471 East C Street, Bldg. SP-64, Norfolk, VA. 23511 •7) Subject: USNS SUPPLY (T-AOE 6) Regular Overhaul and Dry Docking (ROH/DD) •8) Proposed Solicitation Number: N32205-18-R-4251 •9) Closing Response Date: N/A •10) Contact Point or Contracting Officer: •a) Primary: Mr. Doug Jones; Contract Specialist; douglas.jones3@navy.mil; 757-443-5882 •b) Secondary: Mr. Scott Harrison; Contract Officer; john.harrison@navy.mil; 757-443-5919 •11) Contract Award and Solicitation Number: N32205-18-C-4251 / N32205-18-R-4251 •12) Contract Award Dollar Amount: TBD •13) Contract Line Item Number(s): N/A •14) Contract Award Date: TBD •15) Contractor: TBD (Area of consideration will be East / Gulf Coast, United States •16) Description: THIS IS A SYNOPSIS NOTICE ONLY. This is not a solicitation or request for quote or proposal and no contract or purchase order will be awarded from this notice. USNS SUPPLY (T-AOE 6) is tentatively scheduled for a Regular Overhaul and Dry Docking (ROH/DD) ship repair availability beginning April 24, 2018, with a performance period of 75 days. The purpose of this notice is to inform all potential offerors that Military Sealift Command (MSC) will be releasing a RFP on or about December 4, 2017. •a) Duration of the contract period: April 24, 2018 - July 7, 2018. •b) Applicable NAICS: 336611 •c) Upon issuance, the solicitation and supporting documentation will be posted and can be found on Federal Business Opportunities website (https://www.FBO.GOV/) under solicitation number N32205-16-R-4209. •d) Technical data for the solicitation may be obtained by contractor submitting Attachment J-14 Technical Data Nondisclosure to the Contract Specialist after solicitation is posted. Technical data will be posted to the following website https://safe.amrdec.army.mil/safe/guide.aspx. Potential contractors will receive an e-mail and password to download technical data once contract specialist has received contractor's Technical Data Nondisclosure. •e) Questions or Comments regarding this notice may be addressed to Doug Jones at phone number above •f) Procedures: Competitive acquisition in accordance with FAR 15.002(b). •g) Set-aside Status: 100% Small Business set-aside •17) The decision to set aside this procurement as 100% small business set-aside was made resulting from Market Research. Market Research for this supply has shown that there is an expectation to receive quotes from two or more small businesses. MSC Small Business office is in concurrence with decision to set-aside this requirement. SHIP CHARACTERISTICS: LENGTH OVERALL - 753'-8-1/2" BEAM MAXIMUM ON DWL (MOLDED) - 107'-0", DEPTH TO 01 LEVEL - 66'-2-1/2" DESIGN DRAFT (FROM BOTTOM OF KEEL) 38.0 FT, DISPLACEMENT AT DESIGN DRAFT - 48,603 LONG TONS LIGHT DISPLACEMENT - 20,731 LONG TONS APPROX. ARRIVAL DISPLACEMENT 25,700 LTONS APPROX. ARRIVAL DRAFT 15' FWD, 30'AFT WORK DESCRIPTION: IN ADDITION MISCELLANEOUS TO VOYAGE REPAIRS AND MAINTENANCE ITEMS CONTRACTOR WILL PERFORM; REPLACEMENT GENERATOR ELECTRICAL END WINDING, CLEANING AND BEARING REFURBISHMENT OF SSDG(S); REPAIR AND WEIGHT TEST OF CARGO BOOMS; REPAIR AND TESTING OF UNDERWAY REPLENISHMENT EQUIPMENT; VENTILATION INTAKE AND SYSTEM REPAIRS; VENTILATION CLEANING; ABS INTERMEDIATE HULL INSPECTION INCLUDING CLOSE-UP STRUCTURAL EXAMINATION AND ULTRASONIC GAUGING OF WING AND CENTERLINE TANKS; ULTRASONIC GAUGING OF TWO TRANSVERSE SECTIONS AND WIND AND WATER STRAKES; UNDERWATER HULL AND HULL FREEBOARD PRESERVATION; AND REPLACEMENT OF THE STBD PROPULSION WET SHAFTING, INCLUDING FITTING OF PROPELLER.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d30a644a58802b10a49674beb3ce4a6f)
 
Place of Performance
Address: TBD, United States
 
Record
SN04738161-W 20171115/171113230847-d30a644a58802b10a49674beb3ce4a6f (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  © 1994-2020, Loren Data Corp.