Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SOURCES SOUGHT

J -- Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for T-AKE Dry Cargo ships on the West Coast

Notice Date
1/11/2017
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk (N32205), Building SP-64, 471 East C Street, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N32205-17-R-4902
 
Archive Date
2/15/2017
 
Point of Contact
Alvinia R. Jenkins, Phone: (757) 443-5881
 
E-Mail Address
alvinia.jenkins@navy.mil
(alvinia.jenkins@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for quote 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 (MSC) is seeking to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) vehicle that will encompass planned and unplanned regular overhaul (ROH), regular overhaul and dry docking (ROH/DD) and mid-term availabilities (MTA) for standardized work items for the T-AKE Dry Cargo ships on the West Coast CONUS. The purpose of this acquisition is to establish contracts with multiple contractors that will enable MSC to conduct ship repairs for the T-AKE Dry Cargo ships in a more expeditious and efficient manner and allow us to respond more rapidly to both planned and un-planned emergency dry docking repair situations. There are currently nine (9) T-AKE Dry Cargo ships scheduled and projected for ROH, ROH/DD or MTA on the West Coast CONUS. Category 1: Regular Overhauls (ROH) Regular overhauls requirements maintain mission readiness in accordance with the five (5) year (60 months) Long Range Maintenance Schedule based in accordance with USCG/ABS rules, to include two (2) regular overhauls (ROH) typically of a 30-45 day period occurring twice in the 5 year cycle; dry-docking is normally accomplished in an ROH. Category 2: Mid-term Availabilities (MTA) Mid-term availabilities requirements maintain mission readiness in accordance with the five (5) year (60 months) Long Range Maintenance Schedule based in accordance with USCG/ABS rules, to include two (2) mid-term availabilities typically of 30-day period every 15 months +/- depending on ship schedule. The Scheduled West Coast T-AKE availabilities are indicated below: Ship Event Type Scheduled Start Date End Date Duration USNS CARL BRASHEAR (T-AKE 7) ROH/DD Scheduled 1/5/17 2/18/17 45 USNS ALAN SHEPARD (T-AKE 3) ROH/DD Scheduled 4/2/17 6/17/17 77 USNS MATTHEW PERRY (T-AKE 9) ROH/DD Scheduled 4/18/17 6/1/17 45 USNS CESAR CHAVEZ (T-AKE 14) ROH/DD Scheduled 7/1/17 9/15/17 77 USNS RICHARD E. BYRD (T-AKE 4) ROH/DD Scheduled 10/1/17 12/15/17 76 USNS CARL BRASHEAR (T-AKE 7) MTA Scheduled 3/12/18 4/8/18 28 USNS CHARLES DREW (T-AKE 10) ROH/DD Scheduled 6/1/18 7/16/18 46 USNS WALLY SCHIRRA (T-AKE 8) MTA Projected 6/26/18 7/23/18 28 USNS ALAN SHEPARD (T-AKE 3) MTA Scheduled 7/6/18 8/2/18 28 USNS WASHINGTON CHAMBERS (T-AKE 11) ROH Projected 8/2/18 9/15/18 45 USNS CESAR CHAVEZ (T-AKE 14) MTA Scheduled 8/16/18 9/13/18 29 USNS CARL BRASHEAR (T-AKE 7) ROH/DD Projected 10/8/18 12/17/18 71 USNS AMELIA EARHART (T-AKE 6) ROD/DD Projected 1/15/19 4/2/19 78 USNS RICHARD E. BYRD (T-AKE 4) MTA Projected 1/25/19 2/21/19 28 USNS CHARLES DREW (T-AKE 10) MTA Projected 5/21/19 6/17/19 28 USNS WALLY SCHIRRA (T-AKE 8) ROH/DD Projected 7/17/19 9/17/19 63 USNS AMELIA EARHART (T-AKE 6) MTA Projected 11/15/19 1/30/20 77 USNS ALAN SHEPARD (T-AKE 3) ROH/DD Projected 1/3/20 2/16/20 45 USNS CESAR CHAVEZ (T-AKE 14) ROH/DD Scheduled 3/31/20 5/14/20 45 USNS CARL BRASHEAR (T-AKE 7) MTA Projected 4/14/20 5/11/20 28 USNS CHARLES DREW (T-AKE 10) ROH/DD Projected 5/7/20 7/5/20 28 USNS RICHARD E. BYRD (T-AKE 4) ROH/DD Projected 6/16/20 7/30/20 45 USNS WALLY SCHIRRA (T-AKE 8) MTA Projected 6/1/21 6/29/21 29 Each contractor will provide for all labor, material, supplies, transportation, supervision and all other necessary items for complete and usable projects, performing all work in a workman like manner in complete compliance with all plans, drawings and specifications issued. All work shall be accomplished in accordance with applicable United States Coast Guard (USCG) and American Bureau of Shipping (ABS) Regulations. Area of consideration is West Coast/Pacific Coast. The solicitation shall be developed using procedures under FAR Part 12 for Commercial items/services, with supplementation of FAR Part 15 (Contracting by Negotiation). The intent is to award a Multiple Award IDIQ Contract Vehicle in accordance with FAR Subpart 16.504(c) (Indefinite Quantity Contracts) and subsequent task orders issued in conformance with FAR Subpart 16.505 (Ordering). The estimated issue date of this solicitation N32205-17-R-4902 is on or about 15 May 2017. After issuance, the solicitation may be obtained on the FedBizOpps website: https://www.fbo.gov/. This requirement will be solicited on an unrestricted basis. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. This office anticipates award of a contract on or about 17 Jul 2017. The Appropriate NAICS Code is 336611, Ship Building and Repairing. 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. It is requested that interested businesses submit to the contracting office a brief capabilities package demonstrating ability to complete the requested work. 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) Partnership agreements with any large businesses. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions will not be returned. Please provide your response to this sources sought notice by 10:00 a.m. EST on 31 January 2017. Please submit your response to the address below: Department of the Navy Military Sealift Command ATTN: Mrs. Alvinia Jenkins, Code N104-3 BLDG SP-64 471 East C Street Norfolk, VA 23511 Submissions may be made by e-mail to Alvinia.jenkins@navy.mil. Fax submissions of the capabilities WILL NOT be accepted. Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government as to the extent of shipyards available for this procurement. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to host an information exchange meeting to discuss this RFI with interested potential respondents. Questions or comments regarding this notice may be addressed to Mrs. Jenkins at the above address or via email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/22dae1361cdb21a14f0757a997e43cb2)
 
Place of Performance
Address: Various, United States
 
Record
SN04368987-W 20170113/170111234251-22dae1361cdb21a14f0757a997e43cb2 (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.