SOURCES SOUGHT
19 -- Mid-Term Availability USNS BRIDGE
- Notice Date
- 2/4/2012
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-12-R-2001
- Point of Contact
- Cynthia M Clemons, Phone: (757) 443-5881, David K. Hamilton, Phone: 7574435907
- E-Mail Address
-
cynthia.clemons@navy.mil, david.hamilton2@navy.mil
(cynthia.clemons@navy.mil, david.hamilton2@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for quotes and no contract or purchase order will be awarded from this notice. There is no solicitation, specifications, or drawings available at this time. Military Sealift Fleet Support Command is seeking eligible businesses for the Mid-Term Availability on the USNS BRIDGE (T-AOE 10) commencing on or about 1 August 2012. The USNS BRIDGE has a length of 753" 8 ½'', a Beam of 107' 0", a Draft (DWL) of 37'5", the Displacement (DWL) is 53,000 LT, Displacement, Lightship is 20,767 LT. Work to be performed at Contractor's facility on or about the above mentioned dates. Area of consideration is West Coast. Successful offeror must possess a Master Ship Repair Agreement (MSRA) or an Agreement for Boat Repair (ABR) or have submitted an application for approval prior to contract award. Estimated issue date of this solicitation is on/about 13 March 2012. After issuance, solicitation may be obtained on the FBO website www.fbo.gov All Small businesses, Service-Disabled Veteran-Owned Small Business, Certified HUBZone and Certified 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. This office anticipated award of a contract no later than 18 June 2012. The appropriate NAICS Code is 336611. 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. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. "USNS Bridge has several ship system components that may be contaminated with low level radiation. These systems/components may include the following: Gas Turbine Engines, #4 SSDG turbocharger, and 12 HVAC ventilation fans in several areas of the vessel. Contamination readings on the external surfaces of these system components are equal to background readings in the same areas. Readings in these areas are within occupational safe limits and indicate that no radiation exposure hazard exists by working next to these systems equipment components. The work package includes some of these components for repair or replacement. Prior to work item maintenance beginning on any of these components identified within the work package, surveys of these areas and equipment components will be accomplished, to determine if there is a need for decontamination. The work item will specify which area and equipment components will require a decontamination survey prior to performing maintenance on the equipment identified in the same work item." Major work items are as follows: Work Item 102 SKIN VALVES ABOVE THE WATER LINE INSPECTIONS WORK ITEM 406 SIMPLIFIED VOYAGE DATA RECORDER INSTALLATION WORK ITEM 502 FUEL OIL TRANSFER SYSTEM PIPING REPAIR WORK ITEM 507 NR 4 & 5 SHIPS SERVICE DIESEL GENERATOR 40,OOO HOUR OVERHAUL** WORK ITEM 510 INSTALL SSSG ENCLOSURE DOORS WORK ITEM 512 EXHAUST UPTAKE INSPECTION** WORK ITEM 514 CARGO REEFER OVERHAUL WORK ITEM 605 FWD AND AFT MSD V1 AND V2 TANK INSPECTION AND PRESERVATION WORK ITEM 801 VANE AXIAL FAN REPLACEMENT** WORK ITEM 802 VENT DUCT HEATER REPLACEMENT** ** indicates "POSSIBLE" RADCON REMEDIATION required. These work items are proposed, at this time, however, there could be some additions or subtractions due to events and budget constraints. It is requested that interested small businesses submit to the contracting office a brief capabilities package demonstrating ability to provide the requested items. 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) The facility where the work will be performed; (3) Partnership 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 on Friday, February 17, 2012 by 2:00 P.M. Eastern Standard Time. Responses shall be sent via mail to the following address: Military Sealift Fleet Support Command, Code N10 (attn: Cynthia Clemons), 471 East C Street, Norfolk, VA 23511. Email submissions of the capabilities packages (Cynthia.Clemons@navy.mil) WILL be accepted. Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to at the above address or via email at Cynthia.Clemons @navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/15e4bbe33ed814cd9764a1f10de8046f)
- Place of Performance
- Address: West Coast, United States
- Record
- SN02668010-W 20120206/120204233033-15e4bbe33ed814cd9764a1f10de8046f (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 |