The RFP Database
New business relationships start here

USNS MATTHEW PERRY ROH/DD


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Amendment is to clarify that the area of consideration is West Coast.

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.

Military Sealift Command is seeking eligible businesses for the Regular Overhaul/Dry Docking Availability (ROH) on the USNS MATTHEW PERRY (T-AKE 9) commencing on or about 2 January 2020. The USNS MATTHEW PERRY has a length of 689 Ft, a Beam of 106 Ft, a Draft of 31 Ft, and is 44,000 tons. Work to be performed at Contractor's facility on or about the above mentioned dates. Area of consideration is West Coast.  Major work items will include:  Deck House/Freeboard cleaning and painting (near white blast), Underwater hull cleaning and painting (spot blast), Cargo crane maintenance and retesting (10 year), CMWD system pipe replacement zone 4 and 5 only, Transfer head replacement, Propeller shaft and stern tube inspection waft seal, Dry-docking of the vessel, and GE generator cable replacement, Estimated issue date of this solicitation is on/about 7 August 2019. After issuance, solicitation may be obtained on the FBO website.



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 no later than 8 October 2019.  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 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, 23 July 2019 by 12:00 AM Eastern Standard Time.  Responses shall be sent via mail to the following address:  Military Sealift Command, Code N10 (Attn: Ray Gardner), 471 East C Street, Norfolk, VA 23511.  Email submissions of the capabilities packages (raymond.gardner@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 Ray Gardner at the above address or via email at raymond.gardner@navy.mil.


Raymond F. Gardner, Contract Specialist, Phone 7574432726, Email raymond.gardner@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP