Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2024 SAM #8143
SOURCES SOUGHT

99 -- Market Survey for Berthing, Caretaking and Overhaul of MSC Vessels

Notice Date
3/12/2024 6:21:37 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
N32205-24-0001
 
Response Due
3/26/2024 1:30:00 PM
 
Archive Date
04/10/2024
 
Point of Contact
T. Joseph Martin, Phone: 7574432852, Damian Finke, Phone: 7574430885
 
E-Mail Address
thomas.j.martin15.civ@us.navy.mil, damian.w.finke.civ@us.navy.mil
(thomas.j.martin15.civ@us.navy.mil, damian.w.finke.civ@us.navy.mil)
 
Description
This is a request for information only and your response is not an offer.� 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. �This request for information does not commit the Government to pay any costs incurred in the preparation or submission to this market survey.� Scope of Work:��Interested parties are asked to respond with capability to support an innovative contracting approach that supports four phases of requirements: Phase 1: LAYBERTH Provide a layberth to support a TAO 187, TAKE 1 or ESB Class vessel(s), complete with all ship services including shore power. Services will generally be in accordance with MSC Standard Work Item (SWI) 011. Approach, berthing and mooring requirements will be in accordance with MSC SWI 003. Layberth period may be between 1 month and 9 months in duration. Phase 2: LABOR While the vessel is in Phase 1, there will be a limited number of crew members living onboard, and conducting daily maintenance procedures. To assist the crew, the contractor will be required to provide supplemental skilled labor to accomplish shipboard preventive maintenance and repair. Supplemental labor requirements will generally be as follows: Supervision The contractor will provide two supervisory personnel (to be determined at the time of solicitation) that have at least 5 years of work history as a minimum First Assistant Engineer or Chief Mate sailing under a recognized Flag State or equivalent prior US Navy experience. Skilled/Unskilled Labor Two (2) Electricians Two (2) Refrigeration Technicians Four (4) Outside Machinists One (1) Electronics Technician Two (2) Laborers Labor support will be scheduled Mondays through Fridays, 0730-1600 (providing a 30 min lunch break) Phase 3: ADDITIONAL REQUIREMENTS The Contractor will also be prepared to address shipboard repair requirements that may arise during Phase 1, including the provision of OEM technical representatives as may be required. These additional requirements would be exercised through CCOs and Contract Modifications. There will be an �Additional Requirements� CLIN under Phase 3. In preparation for the Phase 4 Maintenance and Repair availability, the contractor may be requested to accomplish market research, purchase and store long lead time materials needed to support the Phase 4 work package. Phase 4: MAINTENANCE and REPAIR Availability The last phase of the contract will be a traditional MTA/ROH/DD event for the subject vessel for a Period of Performance (PoP) in the 75-day to 120-day range depending on the vessel and complexity of the work package. If/when a solicitation is released, we will clearly state whether a drydock is required to support the Phase 4 availability. The work package format will resemble MSC�s recent testing of our 80/20 plan, where 80% of the work package are known regulatory and other cyclic requirements that will be included in this multi-phase solicitation, and the remaining 20% will be collaboratively definitized between the Contractor and MSC. That final 20% will be negotiated and settled via a contract modification no later than 60 days prior to PoP start. Contracting Approach.��Contracts will be firm fixed price. It is envisioned that the solicitation would include specific details of all 4 phases. Phase 1 and Phase 2 would be funded immediately on award. Phase 3 would be exercised as CCOs via contract mod. Phase 4 would be funded at milestones commensurate with our 80/20 POAM. Respondent Information.��Interested parties are requested to respond with the following information: Ability to meet the general requirements as described above Maximum number and types of ships that could be accommodated simultaneously Any issues or concerns with the described requirements. Send responses to:�� Neil Lichtenstein, neil.a.lichtenstein.civ@us.navy.mil� Joe Martin, thomas.j.martin15.civ@us.navy.mil Damian Finke, damian.w.finke.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/621f058781d54165b715480de03fea23/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06994590-F 20240314/240312230055 (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.