Skip to main content

An official website of the United States government

You have 2 new alerts

USNS MATTHEW PERRY LAY BERTH AND SHIP REPAIR

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 27, 2025 07:47 am EST
  • Original Response Date: Feb 04, 2025 04:30 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 27, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J999 - NON-NUCLEAR SHIP REPAIR (WEST)
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:

Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for proposals, no contract will be awarded from this notice. The draft solicitation is attached to this notice.  A draft work item package is not available.

Military Sealift Command, Norfolk, has a requirement for the USNS MATTHEW PERRY (T-AKE 9) for a lay berth and mid-term availability commencing on or about October 1, 2025 until September 30, 2026 at the contractor’s facility.  Area of consideration is West Coast. Target date of solicitation issuance is March 3, 2025.

T-AKE Characteristics:

Length Overall: 210 m

Length between Perpendiculars: 199.55 m

Breadth Molded (Max.): 32.2 m

Depth Molded at side(to 01 level amidships): 18.55 m

Displacement Full Load: 41,000 Long Tons

Draft Full Load: 9.75 m

Displacement Light Ship: 25395 Long Tons

Arrival Draft (ABL) Fwd Mast Top: 30 feet - 0 inches

Arrival Draft (ABL) Aft Mast Top: 31 feet - 0 inches

It is requested that interested firms submit to the contracting office a brief capabilities package demonstrating your firm’s ability to perform the work and experience in performing similar work.  This document shall address, at a minimum the following: 
 
(1) Company Profile to include number of employees, office location(s), UEI number, CAGE Code and a statement regarding small business designation and status; 
 
(2) Description and location of the facility where the work will be performed; 
 
(3) This procurement will be solicited under NAICS Code 336611, Ship Building and Repair, which has a size standard of 1,300 employees.  Indicate if your company is a large or small business and socioeconomic category (HUBZone, SDVOSB, WOSB, etc.), if applicable.

(4) Partnership, teaming, joint ventures, or mentor-protégé agreements. 
 

Please provide your response to this source sought notice by 4:30 p.m. EST on February 4, 2025, to damian.w.finke.civ@us.navy.mil. Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government as to the extent of shipyards available for this procurement.  The Government is not obligated to and will not pay for any information received.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact





History

  • Jan 27, 2025 07:47 am ESTSources Sought (Original)