Inactive
Notice ID:N3220519R6007
This amendment is to post the Solicitation, J & A and J- Documents for the USNS CHARLES DREW MTA. THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for quotes and no contract...
This amendment is to post the Solicitation, J & A and J- Documents for the USNS CHARLES DREW MTA. THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for quotes 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 is seeking eligible businesses for the Mid-Term Availability (MTA) on the USNS CHARLES DREW (T-AKE 10) commencing on or about 10 July 2019. The USNS CHARLES DREW has a length of 689 Ft, a Beam of 105 Ft 06 inches and Draft of 30 FT 06 inches and is 43,758 tons. Work to be performed at Contractor's facility on or about the above mentioned dates. Area of consideration is WEST and GULF Coast. Major work items will include but are not limited to: Mast Bearing Change out, MDG Vulcan Coupling Inspection, Annual FME Automation Testing, Annual GE Automation Testing, EDG Annual Inspection and Test, Thermographic Survey, PLC Survey, Overhaul #1 SW Circ Pump, Bergan groom, Brine Valves and System Flush, #1 Dewatering Pump AMR Seal leaks, MDG 3 and 4 LO Cooler Cleaning and Gasket Replacement, COWT Bilge Discharge Pipe Repair, MMR AFFF System Piping Replacement (TALT 394), Overhaul all three LTFW Cooler Bypass Mixing Valves, Annual Lifeboat/RHIB Certification, Annual Life Raft Certification, Underwater Hull Inspection Prop/BT Polish, Span Wire Motor Overhaul. Successful offeror must possess a Master Ship Repair Agreement (MSRA) or an Agreement for Boat Repair (ABR) or have submitted an application for approval prior to contract award. Estimated issue date of this solicitation is on/about 8 March 2019. After issuance, solicitation may be obtained on the FBO website. All Small businesses, Service-Disabled Veteran-Owned Small Business, 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 no later than 06 June 2019. The appropriate NAICS Code is 336611. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. It 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 synopsis. It is requested that interested small businesses submit to the contracting office a brief capabilities package demonstrating ability to provide the requested items. This document shall address, as 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 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 on Friday, 22 February 2019 by 11:00 AM Eastern Standard Time. Responses shall be sent via mail to the following address: Military Sealift Command, Code N10 (Attn: Chris Rolince), 471 East C Street, Norfolk, VA 23511. Email submissions of the capabilities packages (Christopher.c.rolinc@navy.mil) WILL be accepted. Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Chris Rolince at the above address or via email at Christopher.c.rolinc@navy.mil.