SOURCES SOUGHT
J -- USNS HARVEY MILK FY24 PSA
- Notice Date
- 10/18/2023 9:47:23 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
- N3220524R4124
- Response Due
- 11/2/2023 1:00:00 PM
- Archive Date
- 11/17/2023
- Point of Contact
- Christopher Johns, Phone: 7575974142, Douglas Jones, Phone: 7572876803
- E-Mail Address
-
christopher.m.johns6.civ@us.navy.mil, jeffrey.d.jones156.civ@us.navy.mil
(christopher.m.johns6.civ@us.navy.mil, jeffrey.d.jones156.civ@us.navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or a Request for Quotation (RFQ)/Proposal/Bid 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 notice. Military Sealift Command (MSC) Contracting Office is seeking eligible businesses for the Post Shakedown Availability (PSA) and Dry-Docking on the USNS HARVEY MILK (T-AO 206) commencing on or about 24 June 2024 for a period of one hundred sixty-five (165) calendar days. The USNS HARVEY MILK has an overall length 746 ft. and a beam of 105.5 ft., an anticipated arrival draft of 23.75 ft. FWD and 26.25 ft. AFT not including a minimum draft clearance of three (3) feet beneath the keel at mean lower low water (MLLW) (tide ranges may be considered), and is 22,515 tons� gross. Work is to be performed at the Contractor�s facility on or about the above mentioned dates. Area of consideration is East/Gulf Coast. The estimated issue date of the solicitation is on or about 20 November 2024. Major work items associated with this availability include: WI 132 Heavy Door Closure Mechanism Installation, WI 133 Folding Mast Modifications, WI 137 Install Second Brow Location, WI 203 Main Engine Overhaul 18K Hours, WI 310 UPS Emergency Source of Power, WI 324 MOV Valve Loop Mods Shipyard Support, WI 545 Install Flash Evaporator, WI 574 Toilet Isolation Valves, WI 549 Cargo Waste Oil Piping Mods, WI 550 HTFW Butterfly Valve Seat Replacement,� WI 551 LTFW Butterfly Valve Seat Replacement, WI 552 LTFW Butterfly Valve Seat Replacement for Isolation Valves, WI 590 Hydro and Inspection of Cargo Piping, WI 616 Habitability Mods, WI 617 Life Raft Additions, WI 624 Galley Mods, WI 912 Line Shaft Bearing Repair Shipyard Support, WI 960 Underwater Hull Cleaning and Painting Spot Blast. After issuance, solicitation and supporting documents will be made available on the SAM.gov website, https://www.sam.gov. 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. The appropriate NAICS code is 336611. This 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. Again, the Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. MSC Contracting Office anticipates award of a contract no later than 26 March 2024. 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 provide at 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; and Partnership, teaming, joint-ventures or mentor-prot�g� agreements with any large businesses. Submission of a capabilities statement is not a prerequisite to any future offerings but participation will assist the Government in tailoring the requirement to be consistent with industry. RESPONSES ARE DUE NO LATER THAN 02 November 2023 at 4:00pm Eastern Standard Time. Responses shall be sent via email directly to Christopher Johns at Christopher.m.johns6.civ@us.navy.mil.� Mailed submissions of the capabilities package will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f5156e2d65ca4f27bc83931fb7fced40/view)
- Record
- SN06862587-F 20231020/231018230043 (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 |