MODIFICATION
J -- MID-TERM AVAILABILITY (MTA) of USNS LEROY GRUMMAN (T-AO 195) - Solicitation 1
- Notice Date
- 9/10/2011
- Notice Type
- Modification/Amendment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-11-R-1026
- Archive Date
- 12/30/2011
- Point of Contact
- Valerie D. Taylor, Phone: 757 443 5887, Henry Bijak, Phone: 757 443 5959
- E-Mail Address
-
valerie.taylor@navy.mil, Henry.Bijak@navy.mil
(valerie.taylor@navy.mil, Henry.Bijak@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Clayton Standard Work Items Mil Std Comscinst 4650 CDRLS and J Files 5210545 Work Items 601 - 1007 Work Items 201 516 Work Items 101 - 120 Work Items 001 - 030 Solicitation The solicitation along with specifications for the USNS GRUMMAN Mid-Term availability is attached. The solicitation closes on 11 October 2011 at 2:00 pm Local Time. All interested parties shall request complete copies of drawings associated with this solicitation by emailing Valerie Taylor ( valerie.taylor@navy.mil ). The Military Sealift Fleet Support Command is seeking eligible businesses for the Mid-Term Availability (MTA) (Top Side) of the USNS LEROY GRUMMAN (T-AO 195) commencing on or about 01 February 2012. The approximate dimensions of the USNS GRUMMAN are a Length of 677.5 ft, a Beam of 97.5 ft, a Draft of 35 ft and a Displacement of 40,700 long tons. Work to be performed at a Contractor's facility and the area of consideration is East Coast. Major work items will be included in the Solicitation. 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 solicitation is on/about 10 September 2011. After issuance, solicitation may be obtained on the FBO website. 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. This office anticipates award of a contract no later than 18 December 2011. 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 service. 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 Tuesday, July 26, 2011 by 11:30 A.M. Eastern Standard Time. Responses shall be sent via mail to the following address: Military Sealift Fleet Support Command, Code N10 (attn: Valerie Taylor), 471 East C Street, Norfolk, VA 23511. Email submissions of the capabilities packages will be accepted (valerie.Taylor@navy.mil). Fax submissions will not be accepted. Questions or comments regarding this notice may be addressed to Valerie Taylor at the above address or email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b101b2cd72f736023207a3c542eb8a28)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN02571113-W 20110912/110910233722-b101b2cd72f736023207a3c542eb8a28 (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 |