Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOLICITATION NOTICE

20 -- Anchor Windlass Repairs

Notice Date
7/14/2015
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk, Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N32205-15-T-3810
 
Archive Date
7/14/2016
 
Point of Contact
Douglas Jones, Phone: 757 433 5882, John Scott Harrison, Phone: 757 443 5919
 
E-Mail Address
douglas.jones3@navy.mil, john.harrison@navy.mil
(douglas.jones3@navy.mil, john.harrison@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Military Sealift Command Synopsis •1. Action Code: Presolicitation •2. Date: July 14, 2015 •3. Year: Fiscal Year FY15 •4. Contracting Office Zip Code: 23511 •5. Classification Code: J020 •6. Contracting Office Address: 471 East C Street •7. Subject: Ram Tensioner Refurbishment •8. Proposed Solicitation Number: N32205-15-T-3810 •9. Closing Response Date: TBD •10. Contact Point or Contracting Officer: Doug Jones, douglas.jones3@navy.mil, 757-705-4483 •11. Contract Award and Solicitation Number: TBD •12. Contract Award Dollar Amount: TBD •13. Contract Line Item Number TBD •14. Contract Award Date: TBD •15. Contractor: TBD •16. Description: Military Sealift Command-Norfolk intends to award a firm fixed priced sole source purchase order to TTS Marine of Houston, TX for Anchor Windlass repairs of the USNS MATTHEW PERRY. TTS Marine is the original Equipment Manufacturer (OEM) of the Anchor Windlasses installed on the T-AKE class vessels. •a. National Stock Number (NSN) if assigned N/A •b. Specification and whether an offeror, its product, or service must meet qualification requirement in order to be eligible for award, and identification of the office from which additional information about the qualification requirement may be obtained (see FAR Subpart 9.2) N/A •c. Manufacturer, including part number, drawing number, etc. N/A •d. Size, dimensions, or other form, fit or functional description N/A •e. Predominant material of manufacture N/A •f. Quantity, including any options for additional quantities N/A •g. Unit of issue N/A •h. Destination information N/A •i. Delivery schedule N/A •j. Duration of the contract period N/A •k. Sustainable acquisition requirements (See Far Parts 23 and 36) N/A •l. If action is >$25,000 but ≤SAT, provide: •i) A description of the procedures to be used in awarding the contract (e.g., request for oral or written quotation or solicitation, FAR part); and •ii) The anticipated award date •m. For Architect-Engineer projects and other projects for which the supply or service codes are insufficient, provide brief details with respect to; applicable NAICS, PSC/FSC, location, scope of services required, cost range and limitations, type of contract, estimated starting and completion dates, and any significant evaluation factors. N/A •n. If the bracketed statements apply to this procurement, insert the following statements: •i) [If solicitation will include FAR clause at 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act, or an equivalent agency clause] One or more of the items under this acquisition is subject to Free Trade Agreements. N/A •ii) [If the solicitation will include FAR clause at 52.225-5, Trade Agreements, or an equivalent agency clause] One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. N/A •iii) [If the solicitation will include FAR clause at 52.225-11, Buy American Act - Construction Materials Under Trade Agreements, 52.225-23, Required Use of American Iron, Steel, and Manufactured Goods - Buy American Act - Construction Materials Under Trade Agreements, or an equivalent agency clause] One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. N/A •o. If this is a noncompetitive contract action (including actions <SAT) identify the intended source and insert a statement of the reason justifying the lack of competition. TTS Marine is the OEM of the Anchor Windlasses used on all the T-AKEs. •p. All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. •q. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. •r. If solicitation will not be made available through the GPE, provide information on how to obtain the solicitation. N/A •s. If solicitation will be made available to interested parties through electronic data interchange, provide any information necessary to obtain and respond to the solicitation electronically. N/A •t. If technical data required to respond to the solicitation will not be furnished as part of such solicitation, identify the source in the Government from which the technical data may be obtained. N/A •17. Place of Contract Performance: TTS Marine of Houston, TX •18. Set-aside Status: This procurement will not be conducted under a set aside. This requirement will awarded under full and open competition. •19. Rationale for Small Business Strategy (as required by ASN(RDA) Memorandum, Improving Communications During the Market Research Process, dated 2 June 2014): There is no expectation of receiving quotes from two or more small businesses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d76fe2273a5eed4a69998cb73a6657ca)
 
Place of Performance
Address: 14730 Vickery Dr, Houston, Texas, 77032, United States
Zip Code: 77032
 
Record
SN03796410-W 20150716/150714235614-d76fe2273a5eed4a69998cb73a6657ca (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.