Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2019 SAM #6579
SOURCES SOUGHT

J -- USNS MIGUEL KEITH PSA

Notice Date
12/2/2019 9:30:33 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
MSC NORFOLK NORFOLK VA 23511-2313 USA
 
ZIP Code
23511-2313
 
Solicitation Number
N3220520R4037
 
Response Due
12/18/2019 5:00:00 AM
 
Archive Date
01/02/2020
 
Point of Contact
Samuel N. Queen, Phone: 7574435813, Stephanie Jewell, Phone: 7576360656
 
E-Mail Address
Samuel.queen@navy.mil, stephanie.jewell@navy.mil
(Samuel.queen@navy.mil, stephanie.jewell@navy.mil)
 
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 - Norfolk contracting office is seeking eligible businesses for the Post Award Shakedown Availability (PSA) on the USNS MIGUEL KEITH (T-ESB - 5) commencing on or about 3 AUG 2020 for one-hundred and twenty (120) calendar days. The Area of Consideration is West Coast. Estimated date of Solicitation is on or about 27 Jan 2020. Length Over All: 239.3 metersBreadth: 50 metersLoad Line Draft: 12 metersExpected arrival draft: Fwd- 9 meters; Aft -9.4 metersHighest Point Above Baseline: Frame 95 is 54.35 meter. Draft displacement is calculated as:9.5 meters-----70,000 tons10.5 meters-----80,000 tons11.5 meters-----90,000 tons12.5 (loadline)----103,000 tons.Major work items associated with this availability include:Furnish General ServicesProject Planning and production Status Monitoring ReportClean and Gas Free Tanks, Voids, and Cofferdams & SpacesMachinery Room to Pump Room WTDMachinery Space Deck Utilization PlanProp Motor and Cooler Cleaning and InspectionHull Perimeter LightingMachinery Space CCTV Monitoring System & Bow CameraInstall Dumbwaiter from Upper Deck to a DeckInstall 3rd AC Plant in FWD HouseSegregate Grey & Black Water Transfer LineAFT House Grey Water System IsolationInstall Fixed firefighting JP-5 Pump RoomForward Main Fire Loop InstallationAFT house Habitability ModsECR1 Deck Head InstallCRBD Cage and Cabinets and Assoc SystemsInstall Life Saving Appliances to Support Berthing ContainersPA/GA, Fire Detection and IDS Interface for Mission Deck Food Storage and Laundry TEU’sReconfigure A2 Mezzanine Deck SocketsA2 A3 Level 25 Rack Permanent Berthing ModificationsFWD overboard Black/Grey Water discharge and Shore ConnectionA5 Level Aviation Support Spaces HVAC Upgrade (Phase 1)Forward Accommodations HVAC System Upgrade (Phase 2)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-Norfolk 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 18 Dec 2019 at 08:00 AM Eastern Time. Email submissions of the capabilities packages WILL be accepted, please submit to Samuel.queen@navy.mil (Primary POC) and Stephanie.Jewell@navy.mil (Secondary POC). Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Contract Specialist Samuel Queen.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2393817e2d884b6bbe9751c79883f076/view)
 
Record
SN05506869-F 20191204/191204045515 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.