Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2020 SAM #6856
SOURCES SOUGHT

J -- USNS ROBERT E. PEARY (T-AKE 5) Regular Overhaul (ROH)

Notice Date
9/4/2020 5:36:02 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
N3220520R4030
 
Response Due
9/18/2020 8:00:00 AM
 
Archive Date
10/03/2020
 
Point of Contact
Molly Dickson, Phone: 7573415659
 
E-Mail Address
molly.dickson@navy.mil
(molly.dickson@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 the sources sought. Military Sealift Command (MSC) contracting office is seeking eligible businesses for Regular Overhaul (ROH) on the USNS ROBERT E. PEARY (T-AKE 5) commencing on or about 7 April 2021 for thirty six (36) calendar days. The USNS ROBERT E. PEARY has a length of 689 ft. and beam of 105 ft. 7 in., a draft of 30 ft. 6 in. in ABL, gross tonnage at 43,758 tons and maximum displacement at 41,470 tons. Work is to be performed at the Contractor�s facility on or about the above mentioned dates. Area of consideration is the East Coast and Gulf Coast. Major work items associated with this availability include but are not limited to: Daily COVID-19 Prevention and Control Services, Flight Deck Preservation (3 YR), Main Engine Service, Woodward Governors MDG 1&4 (24K HRS), Bow Thruster Repair, Underwater Hull Cleaning and Painting, Propeller Clean and Polish, and Annual Inspections and Certifications. Estimated issue date of this solicitation is on/about 1 October 2020. After issuance, solicitation may be obtained on the beta.SAM.gov website. 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 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 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 18 September 2020 at 11:00 AM Eastern Standard Time.� Only email submissions of the capabilities packages WILL be accepted, please submit to molly.dickson@navy.mil. Fax submissions of the capabilities packages WILL NOT be accepted.� Questions or comments regarding this notice may be addressed to Contract Specialist Molly Dickson at the above address
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/22ba93372ce449fbae2f3ae5c7b53a1f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05788464-F 20200906/200904230153 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.