Military Sealift Fleet Support Command is seeking eligible businesses for the Mid Term Availability (MTA) on the USNS PATUXENT (T-AO 201) commencing on or about 18 August 2014. The PATUXENT has a length of 678 FT, a Breadth of 98 FT, an anticipated arrival draft of 20 Ft Frd 27ft Aft not including a minimum draft clearance of three (3) feet beneath the keel at mean lower low eater (MLLW), and is 20,706 tons gross. Work is to be performed at Contractor's facility on or about the above mentioned dates. Area of consideration is East and/or Gulf Coasts. Estimated issue date of this solicitation is on/about 30 March 2014. Major work items associated with this availability include: Lifeboat & Davit Maintenance and Testing, Ventalation Fan Motor Overhauls, PTO2 Clutch & Coupling Overhaul, Port and Stbd Main Engine Clutch-Coupling Renewal, Stbd Main Engine Fuel Injection Pump Overhauls, SSDG#4 Overhaul, Replace aft Truck Tunnel Roller Doors, Stbd Steering Gear Pump Overhaul, Bridge Crane Motor Overhaul, No 2 Ballast Pump Overhaul. After issuance, solicitation and supporting documents will be made available on the Federal Business Opportunities website https://www.fbo.gov.
All Small businesses, Service-Disabled Veteran-Owned Small Business, 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 anticipated award of a contract no later than 3 July 2014. The appropriate NAICS Code is 336611. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. It 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 synopsis.
It is requested that interested small businesses submit to the contracting office a brief capabilities package demonstrating ability to provide the requested items. This document shall address, as 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-proteje 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 3 March 2014 at 9:00 AM Eastern Standard Time. Responses shall be sent via mail to the following address: Military Sealift Fleet Support Command, Code N10 (Attn: Henry Bijak N10-1), 471 East C Street, Norfolk, VA 23511. Email submissions of the capabilities packages WILL be accepted, please submit to [email protected]. Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Henry Bijak at either of the above addresses.