Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2016 FBO #5383
SOURCES SOUGHT

J -- USS FRANK CABLE Regular Overhaul/Dry-docking (ROH/DD)

Notice Date
8/17/2016
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk (N40442), Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N32205-16-R-4406
 
Archive Date
9/22/2016
 
Point of Contact
Melanie A. Barrett, Phone: (757) 443-5962, Ashley J.Perry, Phone: 7574435920
 
E-Mail Address
melanie.barrett@navy.mil, ashley.j.perry@navy.mil
(melanie.barrett@navy.mil, ashley.j.perry@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. The Military Sealift Command has a requirement of a Regular Overhaul/Dry Docking (ROH/DD) of the USS FRANK CABLE (AS 40) on/about 7 April 2017 for 120 days. The place of performance will be at a Contractor's facility on the West Coast. Estimated issue date of this solicitation is on/about 30 September 2016. After issuance, the solicitation may be obtained on the FebBizOpps website. While the finalized list of work items is still under development, a list of the notional work package items is as follows: 1. Tank Inspections 2. Freeboard Preservation 3. 02 Level Boat Deck Cloverleaf Tiedown Renew 4. Sewage Tank Preservation 5. Potable Water Tank Preservation 6. Feedwater Tank Preservation 7. Engine Room Bulkhead 110 Structural Repair 8. Engine Room Bilge Top Structural Repair 9. Engine Room Side Shell Structural Repairs 10. MRG Foundation Structural Repairs 11. Engine Room Bulkhead 123 Repairs 12. Engine Room Bilge Preservation 13. Fire Room Bilge Top Structural Repairs 14. Fresh Water Drain Collection Tank Replacement 15. #5 Elevator Trunk Structural Repairs 16. #1 Boiler ABS Inspection 17. Main Reduction Gear and ALOP Open/Inspect 18. HP/LP Turbine Inspections 19. Nr. 1, 2, 3, &4 SSTG Generator Inspection 20. Switchboard Modification & Ventilation Repairs 21. Gyrocompass System Maintenance 22. OE 82 Antenna group PM 23. #1, 2, 3, and 4 SSTG Turbine Inspections 24. Fire Main Acid Cleaning 25. #1,2 and 3 A/C Plant Refrigeration System Flush 26. #1 and 3 A/C Plant Condenser Retube 27. #1 and 2 fire Pump Overhaul 28. Port & Starboard 5 Ton Cargo & Sail Crane Repairs 29. CHT & Pump Room Bilge Preservation 30. Lead Paint Abatement 31. PRC Deck Repairs 32. Chill & Saltwater Piping Insulation 33. Accommodation Ladders Inspection & Testing 34. HVAC System Cleaning 35. Fan Room Repairs/Vent Duct Repairs 36. Dry-Docking & Undocking Vessel 37. Underwater Hull Preservation 38. Propulsion Shafting Removal and Inspection 39. Sea Valve Inspection 40. Rudder Inspection 41. Propulsion Shaft Removal & Inspection 42. Rudder Bearings Change Out 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 anticipates award of a contract on or about 9 January 2017. The Appropriate NAICS Code is 336611, Ship Building and Repair, which has a size standard of 1,000 employees. 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 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. Please provide your response to this sources sought notice by 2:00 pm EST on 7 September 2016. Please submit your response to the address below: Department of the Navy Military Sealift Command ATTN: Ms. Melanie Barrett, Code N104B2 BLDG SP-64 471 East C Street Norfolk, VA 23511 Submissions may be made by e-mail to Melanie.Barrett@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. Questions or comments regarding this notice may be addressed to Ms. Melanie Barrett at the above address or via email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/06aa5e1f6d5096b70d333c9e95798237)
 
Place of Performance
Address: N/A, United States
 
Record
SN04228486-W 20160819/160817235343-06aa5e1f6d5096b70d333c9e95798237 (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.