SOURCES SOUGHT
J -- Sources Sought-USNS John Lewis FY24 ROH/DD
- Notice Date
- 1/2/2024 11:52:32 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
- N3220524R4096
- Response Due
- 1/17/2024 1:00:00 PM
- Archive Date
- 02/01/2024
- Point of Contact
- Susan Bryant, Christopher Johns
- E-Mail Address
-
susan.b.bryant.civ@us.navy.mil, christopher.m.johns6.civ@us.navy.mil
(susan.b.bryant.civ@us.navy.mil, christopher.m.johns6.civ@us.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 Regular Overhaul Dry-Docking (ROH) on the USNS JOHN LEWIS commencing on or about 2024-09-02 for a period of 45 calendar days. The USNS JOHN LEWIS has an overall length of 746ft and a beam of 105.5ft., an anticipated arrival draft of 23.75ft. FWD and 26.25ft. 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 22,515 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. Major work items associated with this availability include: General Services for Ship, Clean and Gas Free Tanks, Voids Cofferdams and Spaces, Miscellaneous Tank Reach Rod Repairs, Flight Deck Preservation (3yr), Topside Preservation (20 PCT) (1yr), High Profile Non-Skid Weather Deck Preservation (20PCT)(1YR), DAU Groom, Pump Overhauls, Install Flash Evaporator (T-ALT 205-0068) Rev B, Lifeboat and Davit Service and Inspection, Dry Docking and Undocking the Vessel, Propeller System Maintenance (2.5 YR), Underwater Hull Cleaning and Painting-Near White Blast (10 YR), and Freeboard Preservation (10 YR). After issuance, solicitation and supporting documents will be made available on the SAM.gov website, https://www.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 2024-07-04 . 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 January 17, 2024 at 4:00pm Eastern Standard Time. Responses shall be sent via email directly to Brittany Bryant at susan.b.bryant.civ@us.navy.mil.� Mailed submissions of the capabilities package will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/16709b6b05804918a93a1a1f578160a2/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06925109-F 20240104/240102230038 (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 |