Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2008 FBO #2397
SOURCES SOUGHT

V -- Operation & Maintenance of Eleven (11) Government-owned Large Medium Speed Roll-on/Roll-off Ships (LMSR)

Notice Date
6/17/2008
 
Notice Type
Sources Sought
 
NAICS
488330 — Navigational Services to Shipping
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-08-R-5310
 
Point of Contact
Alfons A Skudlarek,, Phone: 202-685-5844
 
E-Mail Address
alfons.skudlarek@navy.mil
 
Small Business Set-Aside
N/A
 
Description
MARKET SURVEY CR-08-01 JUNE 17, 2008 From: COMSC, Prepositioning Program (PM5), N1033 Subject: Operation & Maintenance of Eleven (11) Government-owned Large Medium Speed Roll-on/Roll-off Ships (LMSR) THIS IS A REQUEST FOR INFORMATION ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS MARKET SURVEY, OR TO CONTRACT FOR SERVICES. MSC REQUESTS INFORMATION PERTAINING TO THE POTENTIAL AWARD(S) FOR OPERATION AND MAINTENANCE OF THE FOLLOWING ELEVEN (11) VESSELS: USNS BENAVIDEZ, USNS BOB HOPE, USNS BRITTIN, USNS GILLILAND, USNS GORDON, USNS FISHER, USNS MENDONCA, USNS PILILAAU, USNS SEAY, USNS SHUGHART AND THE USNS YANO. SPECIFICS ARE AS FOLLOWS: 1.LOCATION: Worldwide 2.MISSION: Contractor(s) shall operate one, several, or all vessels in a professional manner, maintain the vessels to MSC standards of material readiness and appearance, and ensure the vessels are mission-ready at all times. The vessels are intended to support the surge requirements of the United States Department of Defense. Cargo will primarily be but not limited to military vehicles. It is anticipated that the eleven (11) vessels will be in a Reduced Operating Status for the majority (80 percent) of the time. Ship characteristics and other information relating to the MPF(e)/MPS vessels may be found at our website http://www.msc.navy.mil/ 3.CONTRACT STYLE: Firm-Fixed Price w / Reimbursable Elements for the operation and maintenance of the eleven (11) vessels. Reimbursable elements include Port charges, M&R, Non-watch overtime, Fuel, Costs associated with Ship Availabilities, and Government directed alterations/work (standard PM5 operating contract style). 4.PERIOD/COMMENCMENT: The period of performance is anticipated to be ten years for each lot (one year firm with nine one year option periods). Anticipated delivery will occur between October 2009 and March of 2010. 5.Interested parties shall furnish the following minimum information: a)Name of company; b)POC, Telephone Number, Fax Number, Address, and e-mail address (if available); c)Brief summary of company history relative to similar requirements; d)Estimated daily, annual, or other term cost/price to provide said service for ten (10) years. e)Whether your company is proposing O&M for some or all of the eleven (11) vessels; f)Small business standing (i.e., small or large business; HubZone status); g)Contractors should consider how to enhance small business participation (joint ventures or mentor/protégé relationships) and should provide a description of how this may be accomplished; h)Alternative lengths in the anticipated period of performance minimizing overall contract cost/price; i)Any pertinent questions/concerns. 6.It is requested that the above information be provided no later than 1000 hours on 09 July 2008. The point of contact for this action is Mr. Alfons Skudlarek at (202) 685-5844 or Ms. Diana Fischer at (202) 685-5833. Responses should be emailed to Alfons.Skudlarek@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e74886fd95d10d07d1d76707bc3303de&tab=core&_cview=1)
 
Place of Performance
Address: World Wide, Washington, District of Columbia, 22309, United States
Zip Code: 22309
 
Record
SN01595022-W 20080619/080617221807-e74886fd95d10d07d1d76707bc3303de (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.