Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 25, 2022 SAM #7420
SOLICITATION NOTICE

J -- ABS Certified Surveys, Inspections and Maintenance Oversight

Notice Date
3/23/2022 8:09:33 AM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018922Q0141
 
Response Due
3/24/2022 7:00:00 AM
 
Point of Contact
Michael A. Owen II, Phone: 757-774-3766
 
E-Mail Address
michael.a.owen.civ@us.navy.mil
(michael.a.owen.civ@us.navy.mil)
 
Description
Subject to FAR Clause 52.215-3 Request for Information or Solicitation for Planning Purposes, this announcement seeks information for planning purposes only. This announcement seeks potential sources for research purposes. The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited. The Government has determined that these services are commercial as defined in FAR 2.101. Interested parties are encouraged to respond to this RFI/Sources Sought Notice. Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk's (FLCN) Contracting Department in Norfolk, VA intends to award a Firm Fixed-Price with Level of Effort contract for surveys, inspections, record keeping, and maintenance oversight to be performed by�FULLY QUALIFIED�American Bureau of Shipping (ABS) certified Surveyors during engineering inspection regimes performed onboard TSV-1 Prevail, TSV-2 Hugo, TSV-3 Hunter, TSV-4 Narragansett and TSV-5 Vindicator. NAVSUP FLCN is seeking information on qualified and experienced sources for the ABS certification, survey and repairs as outlined below. The PSC Code for this requirement is J019 - Maintenance/Repair/Rebuild of Equipment - Ships, Small Craft, Pontoons and Floating Docks. The NAICS Code is 336611 - Ship Building & Repairing with a size standard of 1,250 employees. TSV-1, TSV-2, TSV-3 and TSV-4 are currently homeported at Joint Expeditionary Base Little Creek, located in Virginia Beach, VA. TSV-5 Vindicator is currently moored at the Inactive Ships Facility in Beaumont, TX. The vessels are required to maintain certifications that maintenance is being accomplished and are safe to operate, in accordance with ABS Standards. TSV-1 Prevail, TSV-2 Hugo, TSSV_3 Hunter and TSV-4 Narragansett have current ABS Tonage certificates, stability documents, Load Line and Class certifications. TSV-5 Vinidicator was previously classified under another orgainization and will need to undergo initial inspection with repairs to bring it inline with ABS standards in order for TSV-5 Vindicator to enter the training support fleet. The contractor shall perform the following functions: Perform all required inspections and surveys mandated by current ABS regulations. Oversee selected maintenance actions when required to ensure each vessel conforms to industry standards. Ensure that only Surveyors who are FULLY QUALIFIED by ABS are employed during the performance of any work performed under the contract. Maintain an accurate database of all ship inspections, repairs and certifications. Report all deficient conditions, systems or other discrepancies that fall under the ABS rules & regulations in a timely manner to each ship's Master and Chief Engineer, as well as the Carrier Strike Group - 4 (CSG-4) Port Engineer assigned to the vessel and the CSG-4 Training Support Vessel Squadron Program Manager. Provide oversight, inspection and assistance durin all shops industrial avalability periods, including major Dry Dock events. Attend the vessel when requested by the vessel's Chief Engineer for ABS related matters. Other actions as required to ensure TSVRON vessels maintain full ABS certifications. Responses to this Sources Sought Notice shall include the following information in this format: 1. Company name, address, point of contact name, phone number and email address. 2. Company size (Small Business, Woman Owned Small Business, Service Disabled Veteran Owned Small Business, Economically Disadvantaged Small Business, etc) 3. Contract and Government Entity (CAGE) Code 4. Other Government Vehicles that may issue orders for the required services. (i.e. GSA GWAC, GBS, NASA SEWP, etc.) If the services can be solicited via another vehicle, please provide the following information: Vehicle for Ordering plus contract number Contract period of performance to include all options List of labor categories applicable to the contract 5. Statement as to whether the business is actively registered in System for Award Management (www.sam.gov) 6. Capability statement the displays up to 3 previous contracts with relevant work. Please limit relevant past performance on same or similar work done within the past 5 years. Include contract numbers, dollar value, period of performance and point of contact for each contract referenced in the response to this sources sought. 7. Please include any questions or concerns you have in regards to this request for information. 8. Include any relevant support documentations.� Submissions should be no more than 5 pages and no less than 12 point font. Please email all responses to michael.a.owen.civ@us.navy.mil by 1000 hours Eastern Standard Time on March 24, 2022. Again, this is not a request for a quotation. Respondents will not be notified of the results and the Government is not required to answer any questions submitted in regards to this request for information/sources sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5f5659c42d7747ae98a6297a5a2626e4/view)
 
Place of Performance
Address: VA 23518, USA
Zip Code: 23518
Country: USA
 
Record
SN06276240-F 20220325/220324211503 (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.