Military Sealift Command is seeking eligible businesses for the Post Shakedown Availability/Drydock (PSA/DD) on the USNS CITY OF BISMARCK (T-EFP 9) commencing on or about August 6, 2018. The CITY OF BISMARCK has a length of 338 Ft, a Beam of 93.5 Ft, a Draft of 12.85 Ft, and is 2,460 tons. Work to be performed at Contractor's facility on or about the above mentioned date. Area of consideration is East/Gulf Coast. Estimated issue date of this solicitation is on/about April 4, 2018. After issuance, solicitation may be obtained by accessing www.fbo.gov.
While the finalized list of work items is still under development, a list of the notional work package items is as follows:
1. Modify Fore Peak Structure
2. Install Nonskid on AFT Main Deck
3. Tow Modification
4. Deadweight Survey
5. Hull Crack Repair IWO MPDE
6. WJ Steering Panel Shock Mounts
7. Additiona Electrical Outlets
8. Perform Annual Stern Ramp Maintenance
9. Installation of Fuel Sensors and Transmitters
10. Provide Support for HAB and Galley Mods
11. Install 02-03 Level Insulation
12. Dry Docking and Undocking Vessel
13. Inspect Sea Valves and Sea Chests
14. Remove and Inspect Waterjet
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 27 September 2017. 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 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.