Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2020 SAM #6776
SOURCES SOUGHT

J -- USNS KANAWHA (T-AO 196) Mid-Term Availability (MTA)

Notice Date
6/16/2020 3:20:49 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
N32205-20-R-4008
 
Response Due
6/30/2020 11:00:00 AM
 
Archive Date
07/15/2020
 
Point of Contact
Avonda S. Carter, Phone: 757-803-4487
 
E-Mail Address
avonda.carter@navy.mil
(avonda.carter@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or a Request for Quotation (RFQ)/Proposal/Bid and no contract or purchase order will be awarded from 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 notice. Military Sealift Command (MSC) Contracting Office is seeking eligible businesses for the Mid-Term Availability (MTA) on the USNS KANAWHA (T-AO 196) commencing on or about 9 March 2021 for a period of fifty (50) calendar days. The USNS KANAWHA has an overall length of 678 FT, a breadth of 98 FT, an anticipated arrival draft of 20 Ft Fwd, 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 East/Gulf Coast. The estimated issue date of the solicitation is on or about 9 August 2021. Major work items associated with this availability include: Hull and Structural Repairs, to include kingposts, deck bracing, tank deck preservation, steel replacement, UNREP structural steel replacement, watertight doors, pump room bilge power tool clean, main and FWD mast preservation, garbage chute removal and ballast tank and AFT ballast tank preservation; Propulsion Machinery Repairs, to include Port and Starboard Main Engine (ME) assistance, ME turbocharger overhaul and intercoolers, and ME reduction gear inspection; Electrical Repairs, to include motor repairs, CT Winch Controllers, generator cables, cargo console groom, switchboard and motor control center cleaning, and thermographic survey; Auxiliary Machinery Repairs, to include pump overhaul, boiler maintenance, incinerator maintenance, air compressor, personnel elevator annual inspection, fixed gas and fixed foam firefighting system inspections, fire and smoke detection and alarm systems, portable fire extinguisher service, deep fat fryer, grill and range hood fire extinguishing system; fire hoses, and fire doors and shutters; HVAC Repairs, to include galley ventilation, Gaylord hood cleaning, and laundry vent cleaning; and Underway Replenishment Equipment Repairs, to include hydraulic transmission heat exchange frames, pump motor bearing, Saddle Winch Foundation non-fitted bolts, ram tensioner upper ARC mounting bracket assemblies, lead angles compensator foundation bolts, and Saddle Winch motor. After issuance, solicitation and supporting documents will be made available on the Beta.SAM website, https://www.beta.sam.gov. All Small businesses, Service-Disabled Veteran-Owned Small Businesses, 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. The appropriate NAICS code 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 an award. Again, the Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. MSC Contracting Office anticipates award of a contract no later than 8 January 2021. 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 provide at a minimum the following: Company Profile to include number of employees, office location(s), DUNS number, CAGE Code and a statement regarding small business designation and status; The facility where the work will be performed; and Partnership, teaming, joint-ventures or mentor-prot�g� agreements with any large businesses. Submission of a capabilities statement is not a prerequisite to any future offerings but participation will assist the Government in tailoring the requirement to be consistent with industry. RESPONSES ARE DUE NO LATER THAN 30 June 2020 at 2:00pm Eastern Standard Time. Responses shall be sent via email directly to Avonda S. Carter at avonda.carter@navy.mil. Mailed submissions of the capabilities package will be accepted. Please submit to the following address: �Military Sealift Command, Code N10 (Attn: �Avonda S. Carter, N104-A1), 471 East C Street, Norfolk, VA 23511. Facsimile responses will not be accepted. Questions or comments regarding this notice may be addressed to Ms. Carter at the above addresses.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dcb3885447904fbf83b69b94fa0529d2/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05693232-F 20200618/200616230210 (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.