USNS PECOS 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 (Updated)
- Updated Published Date: Sep 13, 2022 01:20 pm EDT
- Original Published Date: Sep 08, 2022 12:49 pm EDT
- Updated Response Date: Sep 22, 2022 01:00 pm EDT
- Original Response Date: Sep 22, 2022 01:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- 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: USA
Description
*Update - Period of Performance changed from sixty (60) to seventy- five (75) days.
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or Request for Quote/Proposal/Bid and no contract or purchase order will be awarded as a result of 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) contracting office is seeking eligible businesses for the Regular Overhaul Dry Docking (ROH/DD) of the USNS PECOS (T-AO 197) commencing on or about 14 MAY 2023 for seventy-five (75) calendar days.
The USNS PECOS has a length of 677 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. Work to be performed at the Contractor’s facility on or about the above mentioned dates. Area of Consideration is West Coast. Estimated date of Solicitation is on or about 24 OCTOBER 2022. Major work items associated with this availability include:
Underwater Hull Preservation (100 % blast / full removal of coatings), Freeboard Preservation (100 % blast / full removal of coatings), Port Hole Repairs (20 each), Steel Repairs in various locations, JP-5 Pipe Replacement, House Preservation and Window Repairs, Deck Preservation, Tank Deck Overhead Preservation, Frame 46 and 33 Expansion Joint Repairs, #3 SSDG 80K Overhaul, Radar and ECDIS Replacement, Habitability / Stateroom repairs, CAT B Shaft Removal, and Propeller Hub Seal replacement along with Stern Tube Seals.
All Small businesses, Service-Disabled Veteran-Owned Small Business, Certified HUBZone and Certified Section 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. The NAICS Code for this procurement 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 award. The Government is not obligated to and will not pay for any information received from potential sources as a result of the sources sought.
It is requested that interested firms submit to MSC contracting office a brief capabilities package demonstrating ability to provide the requested items. This document shall address, at 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, 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 by 22 SEPTEMBER 2022 at 1:00 PM Eastern Time. Email submissions of the capabilities packages WILL be accepted, please submit to robert.w.vance27.civ@us.navy.mil. Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Contract Specialist Robert Vance at the above email address.
Attachments/Links
Contact Information
Contracting Office Address
- 9276 3RD AVE BLDG LP26
- NORFOLK , VA 23511-2313
- USA
Primary Point of Contact
- Robert Vance
- robert.w.vance27.civ@us.navy.mil
- Phone Number 7574435707
Secondary Point of Contact
History
- Oct 28, 2022 11:56 pm EDTPresolicitation (Original)
- Oct 07, 2022 11:56 pm EDTSources Sought (Updated)
- Sep 12, 2022 11:50 am EDTSources Sought (Updated)
- Sep 08, 2022 12:49 pm EDTSources Sought (Original)