SOURCES SOUGHT
20 -- Sources Sought/Request for Information T-AO Class Ship Availability Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Contract (MAC) - Package #1
- Notice Date
- 1/26/2015
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC Norfolk, Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N32205-15-R-1020
- Archive Date
- 2/11/2015
- Point of Contact
- John S. Solomon, Phone: 7574435918
- E-Mail Address
-
john.s.solomon@navy.mil
(john.s.solomon@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 - Sample: Ship WI List Market Research Questionnaire THIS IS A SOURCES SOUGHT and REQUEST FOR INFORMATION ONLY. This is not a solicitation or Request for Quote/Bid/Proposal 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. However, a Draft Scope of Work is provided. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. The purpose of this notice is to identify sources with the requisite qualifications that could provide the services stated herein. All business, large and small businesses, to include certified Historically Underutilized Business Zone (HUBZone), certified 8(a), Woman Owned Small Business (WOSB), Economically Disadvantage Woman Owned Small Business (EDWOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Small Disadvantage Business (SDB) capable of performing the requirement indicated below are encouraged to respond to this notice by completing and submitting the attached Sources Sought (SS) Questionnaire to MSC - Norfolk contracting office. You are advised that providing responses to the questions will not automatically include you in the acquisition process for future solicitation. An important outcome of this research is the possibility of setting aside this acquisition for exclusive competitive participation within a specific Small Business Administration (SBA) program in accordance with (IAW) FAR 19.201(a). Estimated issue date of this solicitation is to be determined (TBD) pending SS/RFI and Market Research outcome. A Pre-solicitation notice will be published and identify anticipated solicitation released date. Background: Military Sealift Command (MSC) mission is to operate the ships which sustain the warfighting forces and deliver specialized maritime services in support of national security objectives in peace and wartime. MSC provide the Navy with towing, rescue and salvage, submarine support, and cable laying and repair services, as well as a command and control platform and floating medical facilities. MSC has a responsibility to ensure that its ships are updated, functioning, and maintained at its highest level to support mission requirements for the Department of the Navy (DON), more so, the Department of Defense (DOD). As such, MSC - Norfolk contracting office contracts regular ship repair service for its T-AO Class ships throughout the East and West Coast of the United States (US). Due to yearly repair requirement on the T-AO Class ships (i.e., Mid-Term Availability (MTA) and Regular Overhaul and Drydocking (ROH-DD)), MSC - Norfolk contemplates an award of a fixed-price Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Contract (MAC) with a Base period of one-year and four (4) one-year option periods. T-AO Class ship availability schedule range from 30 to 72 days -- dependent on ship's work package. Anticipated ship repair work is to be performed at contractor's facility. Reference draft Scope of Work for information on work requirements. Interested firms are requested to submit a brief capabilities package demonstrating its ability to provide service to T-AO Class ships. The firms are also requested to submit the attached market research questionnaire, which identifies the firms profile to include address, number of employees, office location, Dun and Bradstreet (DUNS) number, Commercial and Government Entity (CAGE) code, statement regarding designation and status, types of facility where work will be performed, partnership agreement with large business, and size of ship facility the firm can support (to include water depth access to facility). Disclaimer. This Sources Sought and Request for Information is for planning purposes only and shall not be construed as a Request for Quote/Bid/Proposal and no contract or purchase order will be awarded as a result of this notice. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this publication that is marked "Proprietary" will be handled accordingly. Responses to this publication will not be returned. Responders are solely responsible for all expenses associated and incurred by responding to this publication. The Government reserves the right to determine how it should proceed as a result of this notice. Please submit your response no later than 10 February 2015 by 12:00:00 PM (EST) via e-mail or facsimile to john.s.solomon@navy.mil, fax number (253) 967-2772. We appreciate your participation and input.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/65a8aeeac9980f681998ba0424980d4d)
- Place of Performance
- Address: 471 East C. Street, Building SP-64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN03625077-W 20150128/150126234859-65a8aeeac9980f681998ba0424980d4d (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 |