Inactive
Notice ID:N32205Q196708
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 d...
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 has requirement to provide material and install SOLASAFE anti-glare "SILVER" sunscreens for the Navigation Bridge and Helicopter Control Station at various locations on designated Expeditionary Fast Transport (EPF) vessels required during EPF vessels' 11 - 14 Post Delivery Availability (PDA). This will be a multi-option order for each vessel. Period of Performance for the vessels are as follows: EPF-11 June 10 - July 10, 2019 EPF-12 (notional) December 10, 2019 - January 10, 2020 EPF-13 (notional) June 10 - July 10, 2021 EPF-14 (notional) December 10, 2021 - January 10, 2022 Performance Location: Austal USA Shipyard, Vessel Completion Yard, Mobile, Alabama. Summarized Statement of Work (SOW): The contractor shall: • Verify and determine measurements and all sizes of windows identified during Site Survey. Center two (2) Bridge windows will be covered by one (1) sun screen blind. • Furnish and install ABS Type Approved Solar Solve LTD, Type SOLASAFE Anti-Glare SILVER Sun Screen Blinds to the manufacturer's recommended procedure in the locations specified in 3.0. Color SILVER. All components for operating the Solar Solve system shall be furnished by the contractor. • Furnish a final list of materials including the complete list of Sun Shade sizes and final locations. • Furnish a list of window sizes as per locations in 3.0. • Furnish the combined weight of all material used during execution of this work item. • Prepare, prime and paint all new and disturbed surfaces to match the surrounding surfaces using contractor furnished coatings. Only approved coating may be used. 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 22 March 2019. The appropriate NAICS Code is 337920. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. 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 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 employee size standard, 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. RESPONSES ARE DUE on Wednesday, Jan 23, 2019 by 5:00 PM Eastern Standard Time. Responses may be sent via mail to the following address: Military Sealift Fleet Support Command, Code N10 (attn: Andrew Sargeant) and/or (attn: Norma Rehbein), 471 East C Street, Norfolk, VA 23511. Email submissions of the capabilities packages (andrew.sargeant@navy.mil) WILL be accepted and is the preferred method of submission. Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Andrew Sargeant and/or Norma Rehbein at the above address or via email.