SOURCES SOUGHT
J -- USNS SIOUX DRY DOCK RUDDER REPAIR
- Notice Date
- 2/12/2021 2:42:25 PM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- MILITARY SEALIFT COMMAND BATS SAN DIEGO CA 92123-5000 USA
- ZIP Code
- 92123-5000
- Solicitation Number
- N4044321R0038
- Response Due
- 2/19/2021 10:00:00 AM
- Archive Date
- 03/06/2021
- Point of Contact
- Thomas Muhlethaler, Phone: 6195249816
- E-Mail Address
-
thomas.muhlethaler@navy.mil
(thomas.muhlethaler@navy.mil)
- Description
- 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, specification or drawing available at this time. The Government is not obligated to and will not pay for any information received from potential sources, as a result of this synopsis. Military Sealift Command is seeking eligible businesses for the Dry-Docking (DD) on the USNS SIOUX (T-ATF 171) commencing as soon as possible for 21 days after ship arrival. The USNS SIOUX has a length of 226 Ft, breath of 42 Ft, Full Load Draft of 15 Ft 63/4� ABL, Gross Tonnage of 1095.77 Long Tons, with maximum displacement of 2370 Long Tons. All work is to be performed at Contractor�s facility on or about the stated dates. The area of consideration is HAWAII. Please provide the Government with a statement outlining your facility capabilities and availability of Dry-Dock. This Source-sought announcement is a tool to identify businesses with the capability to accomplish the work outlined below and the capability to support an emergency dry-docking of USNS SIOUX. Provide docking and un-docking of USNS SIOUX Provide and sustain all supporting docking services for a period of 21 days Provide capable trades working with shipyard hired OEM representative to remove the port rudder blade and rudder post. Supporting services to conduct removal of rudder post bearing and NDT of rudder post Reassembly of rudder post with new GFM OEM bearing and seal kit Reinstall rudder post and blade, and conduct dock trials and at sea testing 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. The anticipated award of a contract is TBD. 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 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: Company Profile to include number of employees, office location(s), DUNS number, CAGE Code and a statement regarding small business designation and status; The facility where the work will be performed Partnership, teaming, joint ventures, or mentor-prot�g� 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, 19 February, 2021 by 1:00 PM Pacific Standard Time. Responses shall be sent via email to the following address: Email submissions of the capabilities packages (thomas.muhlethaler@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 Thomas Muhlethaler at the above address or via email at thomas.muhlethaler@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8611ce4827cf4cabab8e124bce7a48e6/view)
- Place of Performance
- Address: Pearl City, HI, USA
- Country: USA
- Country: USA
- Record
- SN05916385-F 20210214/210212230123 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |