Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
MODIFICATION

20 -- Regular Overhaul-Drydocking of USNS RAPPAHANNOCK

Notice Date
8/7/2018
 
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
N3220518R4001
 
Point of Contact
Ian L Keller, Phone: (757) 443-3072, Bryan Makuch, Phone: (757) 443-5633
 
E-Mail Address
ian.keller@navy.mil, bryan.makuch@navy.mil
(ian.keller@navy.mil, bryan.makuch@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or Request for Quote/Proposal/Bid and no contract or purchase order will be awarded as a result of this notice. There is no solicitation, specifications, or drawings available at this time. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Military Sealift Command contracting office is seeking eligible businesses for the Regular Overhaul and Dry Docking (ROH/DD) on the USNS RAPPAHANNOCK (TAO-204) commencing on or about 01 January 2019 for fifty-six (56) calendar days. The USNS RAPPAHANNOCK has a length of 677.5 ft. and beam of 97.5 ft., an anticipated arrival draft of 20 Ft FWD and 27ft AFT not including a minimum draft clearance of three (3) feet beneath the keel at mean lower low water (MLLW) (tide ranges may be considered), and is 20,706 tons' gross. Work is to be performed at the Contractor's facility on or about the above mentioned dates. Area of Consideration is West Coast. Estimated date of Solicitation is 13 August 2018. Major work items associated with this availability include: General Services, Structural Steel Repairs (VRRs 17-035, 14-091) (ABS), Main Engines (Port & STBD), Repair Oil Leaks (VRR 18-020) (ABS), Replace Ballast Tank Level Indicators (TLIs) (ABS), Emergency Diesel Generator (EDG) Repairs (ABS), MSD and VCHT Tank Repairs & Preservation (VRR17-033) (ABS), Renew Ballast System Valves (VRR15-022) (ABS), Main Seawater Piping Repairs (VRR 18-023) (ABS), Overhaul #1 MSW Cooling, Pump (VRR18-025) (ABS), #3 SSDG Turbocharger Overhaul (VRR 18-58, -59, -60), (ABS), Stateroom Repairs (VRR 18-022), Drydocking and Undocking of the Vessel (ABS), Underwater Hull Preservation (ABS), Freeboard Preservation (ABS), Refurbish Station 3 Hauling Winch Assembly and Motors, Sliding Block/Transfer Head/Guide Roller Refurbishment and Kingpost Refurbishment for Station 3. All Small businesses, Service-Disabled Veteran-Owned Small Business, Certified HUBZone and Certified Section 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. The NAICS Code for this procurement is 336611. This 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 award. The Government is not obligated to and will not pay for any information received from potential sources as a result of the sources sought. It is requested that interested firms submit to MSC contracting office a brief capabilities package demonstrating ability to provide the requested items. This document shall address, at 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, teaming, joint ventures, or mentor-protégé 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 by 05 July 2018 at 1:00pm Eastern Standard Time. Responses shall be sent via mail to the following address: Military Sealift Command (MSC), Code N104A1 (Attn: Ian Keller and/or Bryan Makuch), 471 East C Street, Norfolk, VA 23511. Email submissions of the capabilities packages WILL be accepted, please submit to ian.keller@navy.mil and/or bryan.makuch@navy.mil. Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Contract Specialist Ian Keller at the above address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d0795210daf63034def3458677c2d3ec)
 
Record
SN05025623-W 20180809/180807231841-d0795210daf63034def3458677c2d3ec (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.