Sources Sought - USNS KANAWHA - FY25 Regular Overhaul and Dry-Docking (ROH/DD)
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: Jun 21, 2024 12:34 pm EDT
- Original Response Date: Jul 05, 2025 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 20, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J998 - NON-NUCLEAR SHIP REPAIR (EAST)
- NAICS Code:
- 336611 - Ship Building and Repairing
- Place of Performance: USA
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a Solicitation or a Request for Quotation (RFQ) 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 (MSC) is seeking eligible businesses for the Regular Overhaul and Dry Docking (ROH/DD) of the USNS KANAWHA (T-AO 196) commencing on or about 15 March 2025 for a period of One Hundred One (101) calendar days. The USNS KANAWHA has an overall length of 677 ft 6 in, a beam of 97 ft 6 in and a draft of 36ft. Work is to be performed at the Contractor’s facility on or about the above-mentioned dates. Area of consideration is East/Gulf Coast. The estimated issue date of the solicitation is on or about 15 August 2024.
Major work items associated with this availability include: General Services For Ship, Clean And Gas Free Tanks, Voids, Weather Deck Non Skid Renewal, TAO187-CSI-TANK DECK OVERHEAD PRESERVATION, Tank Repairs from ABS Inspections, CARGO TANK PRESERVATION, TAO187-SWI-CLEAN AND GAS FREE TANKS VOIDS COFFERDAMS AND SPACES (SINGLE HULL ONLY), SSDG ENGINE SERVICE - BERGEN (80K HRS) (SCSI), Replace AFFF Weather Deck Piping - Zone 3, HEAVY OIL EQUIPMENT REMOVAL (TALT 0852), LIFEBOAT AND DAVIT SERVICE AND INSPECTION (5 YR) (CCSI), DRYDOCKING AND UNDOCKING THE VESSEL (2.5 YR) (CCSI), PROPELLER MAINTENANCE AND HUB REPLACEMENT, OVERHAULING SEA VALVES (5 YR) (CCSI), UNDERWATER HULL CLEANING AND PAINTING - SPOT BLAST (5 YR) (CCSI), FREEBOARD PRESERVATION (2.5 YR) (CCSI), UNREP Station No 6 Steel Repairs, HP AIR FLASK INSPECTION AND PRESERVATION (15 YR) (CSI)
After issuance, solicitation and supporting documents will be made available on the Sam website https://www.sam.gov, as well as the PIEE module. All Small businesses, Service-Disabled Veteran-Owned Small Businesses, 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 on or about 14 January 2025. The appropriate NAICS code is 336611. This 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 sources sought. It is requested that interested businesses submit to the contracting office a brief capabilities package demonstrating ability to provide the requested items. This document shall provide at a minimum the following:
- Company Profile to include number of employees, office location(s), DUNS number, CAGE Code and a statement regarding small business designation
- The facility where the work will be performed
- Partnership, teaming, joint-ventures or mentor agreements with any large businesses.
Submission of a capabilities statement is not a prerequisite to any future offerings but participation will assist the Government in tailoring the requirement to be consistent with industry.
RESPONSES ARE DUE NO LATER THAN 05 July 2024 at 4:00 pm Eastern Standard Time. Responses shall be sent via email directly to marcin.krauze.civ@us.navy.mil. Mailed submissions of the capabilities package will not be accepted.
Attachments/Links
Contact Information
Contracting Office Address
- 9276 3RD AVE BLDG LP26
- NORFOLK , VA 23511-2313
- USA
Primary Point of Contact
- Marcin Krauze
- marcin.krauze.civ@us.navy.mil
- Phone Number 7574432849
Secondary Point of Contact
- Christopher Ward
- christopher.s.ward1.civ@mail.mil
- Phone Number 7574435877
History
- Sep 23, 2024 11:55 pm EDTPresolicitation (Original)
- Jun 21, 2024 12:34 pm EDTSources Sought (Original)