Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOURCES SOUGHT

J -- USNS JOHN LENTHALL (T-AO 189) MTA

Notice Date
7/10/2020 5:40:37 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
N3220520R4009
 
Response Due
7/24/2020 9:00:00 AM
 
Archive Date
08/08/2020
 
Point of Contact
Ian L Keller, Phone: 7574433072, Stephanie Jewell, Phone: 7574435921
 
E-Mail Address
ian.keller@navy.mil, stephanie.jewell@navy.mil
(ian.keller@navy.mil, stephanie.jewell@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� This is not a solicitation or Request for Quote/Proposal/Bid and no contract or purchase order will be awarded as a result of 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) contracting office is seeking eligible businesses for the�Mid-Term Availability (MTA) of the USNS JOHN LENTHALL (T-AO 189) commencing on or about 01 April 2021 for fifty (50) calendar days.�� The USNS JOHN LENTHALL has a length of 677.5 ft. and beam of 97.5 ft., an anticipated arrival draft of 20 Ft FWD and 27ft 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 20,706 tons� gross. Work to be performed at the Contractor�s facility on or about the above mentioned dates. Area of Consideration is East and/or Gulf Coasts.� Estimated date of Solicitation is on or about 01 September 2020. Major work items associated with this availability include: Degaussing Cable and Conduit Removal, 01 Deck Steel Renewal, Structural Steel Repairs, Double Bottom Tank Top Steel Replacement, Main Engine Turbochargers Overhaul, Reduction Gear Thrust Collar Renewal, Port Main Engine Clutch and Coupling Overhaul, PTO Clutch and Coupling Overhaul, Constant Tension Winch NO2 & NO3 Overhaul, and Winch Control Booth Window and Steel Replacement.� Added UNREP Station's No 3, No 6 and No 7�Steel Repairs All Small businesses, Service-Disabled Veteran-Owned Small Business, Certified HUBZone and Certified Section 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 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 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. It is requested that interested firms submit to MSC contracting office a brief capabilities package demonstrating ability to provide the requested items.� 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 facility where the work will be performed; (3) Partnership, teaming, joint ventures, or mentor-prot�g� agreements with any large businesses. 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 by 24 July 2020 at 12:00 PM Eastern Time.� Email submissions of the capabilities packages WILL be accepted, please submit to ian.keller@navy.mil.� Fax submissions of the capabilities packages WILL NOT be accepted.� Questions or comments regarding this notice may be addressed to Contract Specialist Ian Keller.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bd375fdcd3a34da4ae25395e4757429f/view)
 
Record
SN05718148-F 20200712/200710230201 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.