Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2022 SAM #7376
SOURCES SOUGHT

J -- USNS CITY OF BISMARCK MTA

Notice Date
2/8/2022 8:25:48 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
MSC NORFOLK NORFOLK VA 23511-2313 USA
 
ZIP Code
23511-2313
 
Solicitation Number
N3220522R4054
 
Response Due
2/22/2022 9:00:00 AM
 
Point of Contact
MAURICE HAWKINS, Phone: 7574432816, ALVINIA JENKINS
 
E-Mail Address
maurice.l.hawkins.civ@us.navy.mil, ALVINIA.R.JENKINS.CIV@US.NAVY.MIL
(maurice.l.hawkins.civ@us.navy.mil, ALVINIA.R.JENKINS.CIV@US.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, specifications or drawings 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 Mid Term Availability (MTA) for the USNS CITY OF BISMARCK (T-EFP 9) commencing on or about October 17, 2022 for 60 calendar days. The USNS CITY OF BISMARCK has a length of 338 Ft, a Beam of 93.5 Ft, a Draft of 12.85 Ft, and is 2,460 tons.� Work to be performed at Contractor's facility on or about the above mentioned date. Area of consideration is West Coast.� Estimated issue date of this solicitation is on/about March 19, 2022. After issuance, solicitation may be obtained by accessing SAM.gov.� � While the finalized list of work items are still under development, a list of the notional work package items is as follows: Clean Heat Exchangers Reduction Gear Service Propulsion Line Shaft Bearing Inspection and Maintenance Waterjet Flexible Hydraulic and Lube Oil Hose Replacement Vacuum Sewage Collection System Maintenance Propulsion Shaft Flex Coupling Inspections Inspect Deck Cranes Annual Propulsion Shaft Bulkhead Seal Maintenance MPDE Jacket Water Cooler HEF Maintenance RCS Battery Replacement Sewage Plant Maintenance Reverse Osmosis Unit Maintenance Vacuum Sewage Collection System Maintenance Inspect, Test, and Certify Deck Cranes SCBA Annual Inspection SCBA Compressor and Filling Station Inspection and Maintenance HEF Maintenance Rescue Boat and Davit Service Marine Evacuation System Certification HVAC And Refrigeration System Maintenance ***NOTES OF CONSIDERATION*** Aluminum welding is a skill that requires specialized expertise that differs from traditional steel welding.� The time period for this MTA can cross into the colder months of the year and span across several Federal Holidays.� These could be potential areas of concern because the temperature affects the outcome of aluminum welding and the labor force could become greatly diminished over the holidays.� The contractor needs to be able to provide ABS and approved material certs, ABS approved aluminum welder certs, and ABS approved aluminum welding procedures to MSC rep and ABS Surveyor.� All welds shall include Non-destructive testing (NDT) to the satisfactory of the MSC rep and ABS surveyor. As a minimum, �PT, UT, (where possible) and 5X visual shall be conducted on all welds.� Contractor shall use protective enclosures for a moisture and draft free environment while welding.� Pulse Gas Metal Arc Welding (GMAW) shall be used on repairs and install where deck plate is 6mm and below. 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 anticipated award of a contract no later than 02 December 2021.� 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 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 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, 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 Tuesday, February 22, 2022 by 12:00 PM Eastern Standard Time.� Responses shall be sent via mail to the following address:� Military Sealift Command, Code N104-B3 (attn: Maurice Hawkins; Alvinia Jenkins), 471 East C Street, Norfolk, VA 23511.� Email submissions of the capabilities packages (maurice.l.hawkins.civ@us.navy.mil; alvinia.r.jenkins.civ@us.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 Maurice Hawkins and/or Alvinia Jenkins at the above address or via email at maurice.l.hawkins.civ@us.navy.mil and/or alvinia.r.jenkins.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7bcff94fe56f44ca80e41b3a8d61d82c/view)
 
Record
SN06236968-F 20220210/220209211722 (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 |
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.