Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2008 FBO #2331
SOURCES SOUGHT

J -- Repair and Maintenance of US Army Watercraft Vessels located at the Kuwait Naval Base

Notice Date
4/12/2008
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J08DRAFT
 
Response Due
6/12/2008
 
Point of Contact
Mitzi Wagner, 309-782-4657
 
Description
This is NOT a Request for Proposal (RFP) or an Invitation for Bid (IFB). This announcement constitutes a Sources Sought synopsis. The following information is provided to assist the Army Sustainment Command (ASC) in conducting market research of industry to identify potential contractors who have the skills, experience, qualifications, and knowledge required to successfully perform emergency, out of cycle repairs on two (2) Logistic Support Vessels (LSV) and two (2) Landing Craft Utility Vessels (LCUV) located at the Kuwait Naval Base. This effort will include both dry-docking and non dry-docking work. The applicable NAICS code is 336611. The type of repairs and maintenance may include, but are not limited to the following: Main Engines (EMD, Cummins); Generator Engines (Caterpillar, Cummins); Generators; Switchboard Electrical Components; Shipboard Electrical and Power Distribution Systems; Marine Sanitation Systems; Gyro Compass Systems; Radar Systems; Steering Gear Systems; Air Compressor and Air Control Systems; Heating and Air Conditioning Systems; Refrigeration and Cold Food Storage Systems; Fresh Water Making Systems (Reverse Osmosis and Desalination); Bowthruster; Various Pumps; Electric Motor Repair; Hydraulic and Electro-Hydraulic Systems; Navigation Systems; Oily Water Separation Systems and Fan and Ventilation Systems. This notice is for planning purposes only. It is anticipated these types of repairs will be accomplished via task orders issued under a requirements contract. Prospective offerors are invited to express their interest and comments electronically for this forthcoming requirement by Thursday, 17 April 2008 to Ms. Mitzi Wagner at email address: mitzi.wagner@us.army.mil. Responses must include the following: (1) name and address of firm; (2) number or years in business; (3) two points of contact, including: name, title, phone, fax, and e-mail address; (4) Cage Code and DUNS Number (if available); (5) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (6) a list of customers for relevant work performed during the past three years, including a summary of work performed, contract number, contract type, dollar value for each contract referenced, and a customer point of contact with phone number. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, nor any follow-up information requests.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0ab25b5bb823e38bc30834ca9dc07a93&tab=core&_cview=1)
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSFS-CCA, Rock Island IL
Zip Code: 61299-6500
 
Record
SN01553035-W 20080414/080412213051-0ab25b5bb823e38bc30834ca9dc07a93 (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.