SOURCES SOUGHT
20 -- Overhaul bow and stern thrusters and spare parts
- Notice Date
- 5/24/2024 4:46:55 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- MSC NORFOLK NORFOLK VA 23511-2313 USA
- ZIP Code
- 23511-2313
- Solicitation Number
- N3220524Q0265
- Response Due
- 5/30/2024 7:00:00 AM
- Archive Date
- 06/14/2024
- Point of Contact
- Shawnda Forbes, Phone: 7574435954
- E-Mail Address
-
shawnda.forbes@navy.mil
(shawnda.forbes@navy.mil)
- Description
- Military Sealift Command Sources Sought 1. Action Code: Pre-Solicitation 2. Date: 22 May 2024 3. Year: 2024 Fiscal Year: FY24 4. Contracting Office Zip Code: 23511 5. Classification Code: 2090 - MISCELLANEOUS SHIP AND MARINE EQUIPMENT 6. Contracting Office Address: 471 E. C Street (Bldg. SP64 / 2nd Fl.) Norfolk, VA 23511 7. Subject: Bow and Stern Thruster Repair and Parts 8. Proposed Solicitation Number: N3220524Q0265 9. Closing Response Date: N/A 10. Contact Point or Contracting Officer(s): Shawnda Forbes, 757-443-5954, shawnda.m.forbes.civ@us.navy.mil and Maria Morris, 757-443-2724, maria.a.morris8.civ@us.navy.mil. 11. Contract Award and Solicitation Number: TBD/N3220524Q0265 12. Contract Award Dollar Amount: TBD 13. Contract Line Item Number(s): N/A 14. Contract Award Date: TBD 15. Contractor: TBD 16. Description: The Military Sealift Command (MSC) has requirement to provide the services of an OEM authorized field service representative to accomplish all work and testing to complete the overhaul the bow and stern thrusters provide spare overhaul parts (FWD Thruster Module FRS 16-19, MODEL S-503-L and 1200TT Tunnel Thruster) ensuring compliance with the manufacturer�s standards and performance specifications on board the USNS ZEUS (T-ARC 7).� �Must provide the OMT REP with a signed letter of qualification from the Original Equipment Manufacturer and certificate of training for the field service representative for the equipment prior to the start of any work. MSC has identified Schottel Inc as a known source that have the parts compatible with the existing Schottel Inc equipment.� The procured Bow and Stern Thruster parts and overhaul are required in meeting the MSC identified requirements, including, maintaining functionality, performance, and any existing warranty on the units.� Respondents shall provide a full description of their capability to meet the anticipated requirement including other possible solutions.� Feedback on this requirement is encouraged. The required delivery location and time for this material will be MSC W143 Warehouse located at 1968 Gilbert Street DWY 10, Norfolk, VA 23511 (ATTN: USNS ZEUS T-ARC 7), FOB Destination. 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 NAICS code for this procurement is 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, which has a size standard of 1,350 employees. This is a market research tool used to determine market capability and solutions as well as the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of award. The Government is not obligated to and will not pay for any information received from potential sources as a result of the sources sought. Is it requested that the interested firms submit to MSC-Norfolk contracting office a brief capabilities package demonstrating ability to provide the requested items or alternative solutions. This document shall address, at 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 solution proposed, including product literature; (3) Lead time for delivery of the solution(s); (4) Any suggestions or comments about the NAICS code selection, contract type, or effort in general. 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 May 30 2024 by 10:00 AM Norfolk, VA., local time.� Email submissions of the capabilities packages WILL be accepted, please submit to Shawnda Forbes at shawnda.m.forbes.civ@us.navy.mil.� Fax submissions of the capabilities packages WILL NOT be accepted.� Questions or comments regarding this notice may be addressed to Shawnda Forbes at the above address or via the above email address. Period of Performance: The SOW will be posted with the solicitation on or about June 2024 with an anticipated award date of August 2024 (subject to change). The solicitation will be made available on SAM.gov at https://sam.gov/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3ffa95e2806a477aba9ad5525305a608/view)
- Place of Performance
- Address: Norfolk, VA, USA
- Country: USA
- Country: USA
- Record
- SN07076926-F 20240526/240524230050 (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 |