Skip to main content

An official website of the United States government

You have 2 new alerts

USNS HENRY J KAISER (T-AO 187) MID-TERM AVAILABILITY (MTA) - SYNOPSIS ONLY

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Presolicitation (Updated)
  • Updated Published Date: May 04, 2022 07:33 pm EDT
  • Original Published Date: Apr 27, 2022 09:22 am EDT
  • Updated Response Date: May 11, 2022 03:00 pm EDT
  • Original Response Date: May 11, 2022 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

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

Description

THIS IS A SYNOPSIS NOTICE ONLY. This is not a solicitation or request for proposal and no contract will be awarded from this notice.

Military Sealift Command has a requirement for the upcoming Mid-Term Availability (MTA) for the USNS HENRY J. KAISER (T-AO 187). The period of performance for this requirement is on/about 9 January 2023 for a period of fifty (50) calendar days.

The USNS HENRY J. KAISER has a length of 677.5 ft. and a beam of 97.5 ft., an anticipated arrival draft of 20 ft. FWD and 27 ft. AFT not including a minimum draft clearance of three (3) feet beneath the keel at mean lower low water (MLLW) (tide ranges may be considered), and is 20,706 tons gross. The work is to be performed at the Contractor’s facility on or about the above-mentioned dates. Area of Consideration is West Coast.

Major work items associated with this availability include:

0105 Stbd Superstructure Preservation & Steel Repair; 0158 Tank Preservation 1S, 8C, and 10C; 0201 Main Engine Industrial Assist for 24K Ovhl on SME; 0507 EDG Start Air System Ovhl; 0508 SSDG Maintenance Turbo 12K Ovhl.

After issuance, solicitation and supporting documents will be made available on the Government Point of Entry website www.beta.sam.gov.

This requirement will be solicited as Full and Open Competition.  

The estimated issue date for this solicitation is on or about 20 May 2022. Upon issuance, the solicitation and supporting documentation will be posted at (https://beta.sam.gov) under solicitation number N32205-22-R-4008. All requests must provide Duns/UEID number and Cage Code.

The appropriate NAICS Code is 336611. The Government is not obligated to and will not pay for any information received from this potential source as a result of synopsis.

There are no responses due based on this pre-solicitation notice. Questions or comments regarding this notice may be addressed to Daria Chick at daria.chick@navy.mil and/or Doug Jones at douglas.jones3@navy.mil .  Attached to this synopsis is an NDA (J-14), if interested, please complete the NDA and return it to Mrs. Chick or Mr. Jones.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact

History