Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2023 SAM #7745
SOURCES SOUGHT

J -- Sources Sought - USNS JOHN LENTHALL T-AO 189 - Mid-Term Availability (MTA)

Notice Date
2/8/2023 1:10:55 PM
 
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
N3220523R0189
 
Response Due
2/22/2023 7:00:00 AM
 
Point of Contact
Marcin Krauze, Phone: 7574432849, Chris Ward, Phone: 7577102249
 
E-Mail Address
marcin.krauze.civ@us.navy.mil, christopher.s.ward1.civ@us.navy.mil
(marcin.krauze.civ@us.navy.mil, christopher.s.ward1.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a Solicitation or a Request for Quotation (RFQ) 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 for the Mid-Term Availability of the USNS JOHN LENTHALL (T-AO 189) commencing on or about 11 September 2023 for a period of Eighty-One (81) calendar days. The USNS JOHN LENTHALL has an overall length of 677 ft 6 in, a beam of 97 ft 6 in and a draft of 36ft. 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 15 March 2023. Major work items associated with this availability include: General Services For The Ship, Fire Protection And Ships Safety, Shipboard Access And Security, Clean And Gas Free Tanks, Voids, Cofferdams, And Spaces, Hazardous Waste Disposal, Towing Preparations, Towing Of Vessel, Ballasting And De-Ballasting Of Vessel, Overboard Discharge Openings, Tank Deck Overhead Preservation, House Preservation, Aft Main Deck Overhead Preservation, Main Propulsion Preservation And Lay-Up, SSDG Preservation And Layup, Draining & Securing Piping Systems, Pump Layup, Valve Operators Preservation And Layup, Mooring Equipment Preservation And Layup, Blanking Installation, Dry Docking And Undocking, CRP System And Shafting. After issuance, solicitation and supporting documents will be made available on the Beta Sam website https://www.beta.sam.gov, as well as the PIEE module. 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. This office anticipates award of a contract on or about 13 July 2023. 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. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources 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 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 The facility where the work will be performed Partnership, teaming, joint-ventures or mentor 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 22 February 2023 at 10:00am Eastern Standard Time. Responses shall be sent via email directly to marcin.krauze.civ@us.navy.mil. Mailed submissions of the capabilities package will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6335fb598b10446caa4fdb20df744d05/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06586437-F 20230210/230208230112 (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.