Search Contract Opportunities

USNS JOHN LEWIS PSA SOURCES SOUGHT NOTICE ONLY   3

ID: N3220523R4212 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

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 Post Shakedown Availability (PSA) on the USNS JOHN LEWIS (T-AO 205) commencing on or about 23 July 23 for a period of one hundred and fifty (150) calendar days.

The USNS JOHN LEWIS has a length of 746 ft. and a beam of 105.5 ft., an anticipated arrival draft of 23.75 ft. FWD and 26.25 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 22,515 tons' gross. Work 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:

132 Heavy Door Closure Mechanism Installation

133 Folding Mast Modifications

137 Install Second Brow Location

203 Main Engine Overhaul 18K Hours

310 UPS Emergency Source of Power

324 MOV Valve Loop Mods Shipyard Support

545 Install Flash Evaporator

574 Toilet Isolation Valves

549 Cargo Waste Oil Piping Mods

550 HTFW Butterfly Valve Seat Replacement

551 LTFW Butterfly Valve Seat Replacement

552 LTFW Butterfly Valve Seat Replacement for Isolation Valves

590 Hyrdo and Inspection of Cargo Piping

616 Habitability Mods

617 Life Raft Additions

624 Galley Mods

910 CPP Hub Replacement Shipyard Support

911 CPP Blade Palm Machining Shipyard Support

912 Line Shaft Bearing Repair Shipyard Support

960 Underwater Hull Cleaning and Painting Spot Blast

961 Freeboard Preservation

988 Rudder Removal (2 Each)

989 Removal of Propeller Shafts (2 Each)

990 Stern Tube Aft Flange Face Machining (2 Each)

After issuance, solicitation and supporting documents will be made available on the Government Point of Entry (GPE) website https://www.beta.sam.gov. 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 no later than 24 April 23. 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:

  1. Company Profile to include number of employees, office location(s), DUNS number, CAGE Code and a statement regarding small business designation
  2. The facility where the work will be performed
  3. 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 14 October 22 at 4:00 pm Eastern Standard Time. Responses shall be sent via email directly to douglas.jones3@navy.mil . Mailed submissions of the capabilities package will not be accepted.

Background
Military Sealift Command (MSC) is seeking eligible businesses for the Post Shakedown Availability (PSA) on the USNS JOHN LEWIS (T-AO 205) commencing on or about 23 July 23 for a period of one hundred and fifty (150) calendar days. The USNS JOHN LEWIS has a length of 746 ft. and a beam of 105.5 ft., an anticipated arrival draft of 23.75 ft. FWD and 26.25 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 22,515 tons’ gross.
Work to be performed at the Contractor’s facility on or about the above mentioned dates.
Area of Consideration is West Coast.

Work Details
Major work items associated with this availability include:
- Heavy Door Closure Mechanism Installation
- Folding Mast Modifications
- Install Second Brow Location
- Main Engine Overhaul 18K Hours
- UPS Emergency Source of Power
- MOV Valve Loop Mods Shipyard Support
- Install Flash Evaporator
- Toilet Isolation Valves
- Cargo Waste Oil Piping Mods
- HTFW Butterfly Valve Seat Replacement
- LTFW Butterfly Valve Seat Replacement
- LTFW Butterfly Valve Seat Replacement for Isolation Valves
- Hyrdo and Inspection of Cargo Piping
- Habitability Mods
- Life Raft Additions
- Galley Mods
- CPP Hub Replacement Shipyard Support
- CPP Blade Palm Machining Shipyard Support
- Line Shaft Bearing Repair Shipyard Support
- Underwater Hull Cleaning and Painting Spot Blast
- Freeboard Preservation
- Rudder Removal (2 Each)
- Removal of Propeller Shafts (2 Each)
- Stern Tube Aft Flange Face Machining (2 Each).

Period of Performance
Commencing on or about 23 July 23 for a period of one hundred and fifty (150) calendar days.

Place of Performance
Work to be performed at the Contractor’s facility on or about the above mentioned dates.
Area of Consideration is West Coast.

Overview

Response Deadline
Oct. 14, 2022, 4:00 p.m. EDT Past Due
Posted
Sept. 30, 2022, 3:13 p.m. EDT
Set Aside
None
Place of Performance
USA
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Likely Fixed Price
Odds of Award
38%
On 9/30/22 MSC Headquarters issued Sources Sought N3220523R4212 for USNS JOHN LEWIS PSA SOURCES SOUGHT NOTICE ONLY due 10/14/22. The opportunity was issued full & open with NAICS 336611 and PSC J999.
Primary Contact
Name
Douglas Jones   Profile
Phone
(757) 287-6803

Secondary Contact

Name
Stephanie Jewell   Profile
Phone
(757) 636-0656

Documents

Posted documents for Sources Sought N3220523R4212

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N3220523R4212

Contract Awards

Prime contracts awarded through Sources Sought N3220523R4212

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N3220523R4212

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N3220523R4212

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > MSC > MSC HQS > MSC NORFOLK
FPDS Organization Code
1700-N32205
Source Organization Code
500045577
Last Updated
Sept. 30, 2022
Last Updated By
daria.chick@navy.mil
Archive Date
Sept. 30, 2022