Skip to main content

An official website of the United States government

You have 2 new alerts

Miscellaneous Valve and Pump Removals

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jan 24, 2025 09:49 am EST
  • Original Response Date: Feb 07, 2025 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 22, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J020 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:

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.

Military Sealift Command (MSC) is seeking eligible businesses to provide the services to remove miscellaneous valves and pumps in support of the USNS PECOS.  Estimated issue date of this solicitation is on/about 21 February 2025. After issuance, solicitation may be obtained by accessing SAM.gov.   

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 25 April 2025.  The appropriate NAICS Code is 811310.  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), Unique Entity Identifier (UEI), 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-protégé 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 Friday, 7 February 2025 by 13:00 PM Eastern Standard Time.  Responses shall be sent via mail to the following address:  Military Sealift Command, Code N104A (attn: Samuel Queen), 1278 Franklin Street, Norfolk, VA 23511.  Email submissions of the capabilities packages (samuel.n.queen2.civ@us.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 Samuel Queen at the above address or via email at samuel.n.queen2.civ@us.navy.mil.  

Place and Period of Performance: The overall Period of Performance will begin upon award and end 30 September 2025.  All work shall be performed at the Contractor’s facility.    
 

Contact Information

Contracting Office Address

  • 9276 3RD AVE BLDG LP26
  • NORFOLK , VA 23511-2313
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Feb 22, 2025 11:55 pm ESTSources Sought (Original)