Inactive
Notice ID:N3220519R4016
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 solicitatio...
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 contracting office is seeking eligible businesses for the Regular Overhaul and Dry Docking (ROH/DD) on the USNS KAISER (T-AO 187) commencing on or about 01 October 2019 for sixty (60) calendar days. The USNS KAISER has a length of 677.5 ft. and beam of 97.5 ft., an anticipated arrival draft of 20 Ft FWD and 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 West Coast. Estimated date of Solicitation is 13 May 2019. Major work items associated with this availability include: General Services, Main Engine Industrial Assist, SSDG #3 Maintenance, SSDG Coupling Alignment, EDG 5-Year Service, New Lifeboat Installation, Docking and Undocking of the Vessel (ABS), Propeller Shaft Wear Down (ABS), Rudder and Stern Examination (ABS), Propeller System Maintenance (ABS), Stern Tube Seal Maintenance (ABS), Anchor Chain Lockers (ABS), Overhauling Sea Valves (ABS), and Stern Tailshaft and Propeller Repairs. 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 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 01 April 2019 at 1:00pm Eastern Standard Time. Responses shall be sent via mail to the following address: Military Sealift Command (MSC), Code N104A1 (Attn: Lindsay Bonnema), 471 East C Street, Norfolk, VA 23511. Email submissions of the capabilities packages WILL be accepted, please submit to lindsay.bonnema@navy.mil. Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Contract Specialist Lindsay Bonnema at the above address.