Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2018 FBO #6141
SOURCES SOUGHT

20 -- APPLETON MARINE IDIQ

Notice Date
9/14/2018
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
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
N104-APPLETON-MARINE-IDIQ
 
Point of Contact
John Scott Harrison, Phone: (757) 443-5919
 
E-Mail Address
john.harrison@navy.mil
(john.harrison@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 (MSC) is seeking eligible businesses that can provide Original Equipment Manufacturer (OEM) parts and services to support overhaul and repairs for Appleton Marine cargo cranes and marine deck or cargo handling systems installed onboard the following classes of MSC Ships T-AOE, SUPPLY CLASS (2 SHIPS) T-AKE, LEWIS & CLARK CLASS (14 SHIPS) T-ARS, SAFEGUARD CLASS (2 SHIPS) T-AKR, SHUGART CLASS (3 SHIPS) T-AKR, WATSON CLASS (8 SHIPS) T-AKR, GORDON CLASS (2 SHIPS) T-AKR, BOB HOPE CLASS, (7 SHIPS) EPF, SPEARHEAD CLASS (12 SHIPS) ESB, ESD, MONTFORD POINT CLASSES, (3 SHIPS) T-AH, HOSPITAL CLASS (2 SHIPS) T-AGOS, VICTORIOUS CLASS (4 SHIPS) T-AGS 60, PATHFINDER CLASS (6 SHIPS) T-AGOS, USNS IMPECCABLE T-AG 5001, USNS WHEELER All systems must be serviced and maintained in accordance with Appleton Marine specifications and certification requirements as set forth by the United States Coast Guard (USCG), American Bureau of Shipping (ABS), Code of Federal Regulations (CFR), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA). This includes proprietary rights to the software and programming codes which are essential for repair and programming of the load cell sensor set points, collision avoidance mapping, and physical booming and extension set-points for each Appleton Marine cargo crane model. Only authorized OEM distributors can supply repair parts and services for these classes of ships. Any deviations from OEM repair parts and services could result in personal injury or equipment failure and damage. MSC did not acquire the proprietary information and technical data rights beyond general arrangement drawings thus, MSC does not have manufacturing and technical information required to evaluate and determine whether non-OEM replacement parts or services offered are equivalent to the OEM components and replacement parts and services. All businesses are encouraged to respond to this Sources Sought. The appropriate NAICS Codes are 333923 and 811310. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. It is a market research tool used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition for the parts and services. The Government is not obligated to and will not pay for any information received from potential sources as a result of this Source Sought. It is requested that interested 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, office location(s), DUNS number, and CAGE Code; (2) Licensing Agreement with Appleton Marine; (3) list of related experience on providing parts or servicing these systems or similar systems associated with the Appleton Marine Cranes or other Appleton Marine products or systems installed on these MSC Ships. RESPONSES ARE DUE on Friday, September 28, 2018 by 9:00 AM Eastern Standard Time. Responses shall be sent via e-mail to the following address john.harrison@navy.mil. Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to John Harrison at the above email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/37dfc494f5b3a89415d0f0ab60a60723)
 
Place of Performance
Address: VARIOUS LOCATION IN CONUS AND OCONUS, United States
 
Record
SN05090260-W 20180916/180914231023-37dfc494f5b3a89415d0f0ab60a60723 (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.