Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2011 FBO #3504
SOURCES SOUGHT

20 -- Programmed and Unprogrammed Drydocking, Cleaning, Painting, Repairs and Modifications to U.S. Army Active and Reserve Vessels located on the West Coast at Tacoma, Washington; Vallejo, California; and Bishop's Point, Hawaii.

Notice Date
6/27/2011
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-WESTCOASTVESSELS
 
Response Due
7/11/2011
 
Archive Date
9/9/2011
 
Point of Contact
Steven S. Blair, 757-878-1306
 
E-Mail Address
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(steven.s.blair@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought is for information and planning purposes only and is issued for the purpose of market research in accordance with FAR Part 10. The Department of the Army, Mission and Installation Contracting Command (MICC), Mission Contracting Office (MCO), Fort Eustis, Virginia is currently requesting information to determine the existence of viable large and small businesses that are interested and capable of performing the work described herein. Responses are welcome from all business concerns. This sources sought is not limited to any socioeconomic program and/or business set-aside. However, if sufficient capability is demonstrated we may consider setting aside this requirement. As a result of this notice, the Government may issue a Request for Proposal; however there is no solicitation available at this time. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication that the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this sources sought notice. Any responses received will not be used as a proposal. The U.S. Army Tank-Automotive and Armaments Command (TACOM) is the headquarters for the Army Wide Watercraft Program. TACOM has an office located at Fort Eustis, Virginia, the Watercraft Inspection Branch (WIB), which surveys Army vessels worldwide, writes specifications, furnishes technical assistance, Contracting Officer's Representatives, etc. This acquisition is for programmed and unprogrammed drydocking, cleaning, painting, repairs and modifications to U.S. Army Active and Reserve Vessels located on the West Coast at Tacoma, Washington; Vallejo, California; and Bishop's Point, Hawaii. As the Army continues to realign its watercraft, home ports may be subject to change. The contractor shall furnish all employees/facilities to accomplish the specified Programmed and Unprogrammed Drydocking, Cleaning, Painting, Repairs and Modifications to U.S. Army Active and Reserve Vessels located on the West Coast and Hawaii. Overall, the requirement is to maintain seaworthy vessel(s). The Government contemplates an award of multiple awards for IDIQ contracts with an ordering period of a base year and two (2) one year option periods. Individual task orders will be issued for each vessel maintenance and repair. Performance periods will be stated on each task order. The North American Classification Code is 336611, Ship Building and Repair, with a small business size standard of 1,000 employees. Prospective contractors must possess the necessary qualifications to perform the work and must execute a Master Vessel Agreement (MVA) with the MICC Mission Contracting Office prior to award of contract. Contractor is required to provide employees/facilities for Programmed and Unprogrammed Drydocking, Cleaning, Painting, Repairs and Modification to U.S. Active Army and Reserve Vessels stationed on the West Coast and in Hawaii. There are 22 vessels on the West Coast; three (3) Logistics Support Vessels (LSVs 1/6); one (1) Logistics Support Vessel (LSV 7); four (4) Landing Craft Utility 2000 (LCUs); one (1) Large Tug (LT-800); one (1) Large Tug (LT-Flt 3); four (4) Small Tugs (ST-900s); one (1) Crane Barge Derrick (BD-6800); one (1) Barge Liquid Cargo (BG); one (1) Barge, Deck Cargo (BC), and one (1) Deck Cargo, Nonpropelled, Steel, Sectionalized, Nesting (BK). Area of Consideration for this procurement will be the United States West Coast from and including Alaska through and including Hawaii. Qualifications are based on contractor ability obtain an Army Master Vessel Agreement (MVA) in accordance with DFARS Subpart 217.71-Master Agreement For Repair and Alteration of Vessels. A MVA Application can be obtained by contacting the point of contact at the end of this notice. For the purpose of Small Businesses, the NAICS Code is 336611, Ship Building and Repairing, and size standard, 1,000 people. Your response shall include the following information: Size of Company (i.e., 8(a), Hub zone, WOSB, SB, Veteran, SDB, Service Disabled Veteran Owned Small Business, all others), Number of Employees, Revenue for last three (3) years, Relevant Past Performance on same/similar work dating back three (3) years, and your company's capability to do this type of work. Documentation of Technical Expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area of expertise and experience to compete for this acquisition. All information should be sent to MICC, Mission Contracting Office, Fort Eustis, Virginia by 11 July 2011; 12:00 Noon, EST., ATTN: Mr Steven Blair, Contract Specialist, steven.s.blair@us.army.mil. Please reference "West Coast Army Vessels Sources Sought" in the subject line of the email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6dad40e82a654e460e08809de10e56c6)
 
Place of Performance
Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 2798, Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN02483488-W 20110629/110627235058-6dad40e82a654e460e08809de10e56c6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.