Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 24, 2020 SAM #6965
SOURCES SOUGHT

J -- USNS FALL RIVER ROH/DD

Notice Date
12/22/2020 5:35:17 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
N3220521R2081
 
Response Due
1/5/2021 12:00:00 PM
 
Archive Date
01/20/2021
 
Point of Contact
Vinnie Principe, Phone: 7573416347, Alvinia R. Jenkins, Phone: 7574435881
 
E-Mail Address
vinnie.principe@navy.mil, alvinia.jenkins@navy.mil
(vinnie.principe@navy.mil, alvinia.jenkins@navy.mil)
 
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 Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. �The Military Sealift Command has a requirement for the upcoming Regular Overhaul/ Dry Dock (ROH/DD) for the USNS FALL RIVER (T-EPF 4) commencing on or about 14 July 2020 for 62 calendar days. The USNS FALL RIVER (T-EPF 4) has a length of 338 ft, a Beam of 94 ft, a Draft of 12 ft 7 in, and is 2,500 tons. Work to be performed at Contractor's facility on or about the above mentioned date. Area of consideration is West Coast/ Gulf Coast. Estimated issue date of this solicitation is on/about 29 January 2021. After issuance, solicitation may be obtained by accessing https://beta.Sam.gov/. While the finalized list of work items are still under development, a list of the notional work package items is as follows: ��������� ��Ride Control System Modification ���������� �Fire Doors and Shutters���� ����������� Flight Deck Preservation ����������� Flight Deck Tie- Downs Replacement����� ���� � ����������� Structural Inspections ����������� Reverse Osmosis Unit and Potable System Maintenance ����������� Clean Transformers ����������� Gauge Calibration ����������� Range Hood Fire Extinguishing System ***NOTES OF CONSIDERATION*** Aluminum welding is a skill that requires specialized expertise that differs from traditional steel welding. The contractor needs to be able to provide ABS and approved material certs, ABS approved aluminum welder certs, and ABS approved aluminum welding procedures to MSC rep and ABS Surveyor. All welds shall include Non-destructive testing (NDT) to the satisfactory of the MSC rep and ABS surveyor. As a minimum, PT, UT, (where possible) and 5X visual shall be conducted on all welds.� Contractor shall use protective enclosures for a moisture and draft free environment while welding.� Pulse Gas Metal Arc Welding (GMAW) shall be used on repairs and install where deck plate is 6mm and below. 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 14 May 2021.� 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. 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, 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 on Tuesday, 05 January 2021 by 3:00 PM Eastern Standard Time.� Responses shall be sent via mail to the following address:� Military Sealift Command, Code N104-B3 (attn: Vinnie Principe; Alvinia Jenkins), 471 East C Street, Norfolk, VA 23511.� Email submissions of the capabilities packages (vinnie.principe@navy.mil; alvinia.jenkins@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 Vinnie Principe and/or Alvinia Jenkins at the above address or via email at vinnie.principe@navy.mil and/or alvinia.jenkins@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/993033dde0004ef680634db1d9a3177e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05880008-F 20201224/201223061200 (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.