Sources Sought Notice-Material Handling Equipment (MHE)and Shipboard Mobile Support Equipment (SMSE)
ID: N3220524R0828Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA
Timeline
    Description

    The Department of Defense, specifically the Military Sealift Command (MSC) in Norfolk, Virginia, is seeking qualified sources for a contract focused on providing technical support services for Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The scope of work includes maintenance, inspection, repair actions, parts procurement, and logistical support for a variety of equipment utilized on MSC vessels and other government-owned ships. This equipment is critical for operations in storage and handling across various environments, including warehouses and aboard ships, ensuring compliance with safety and operational standards. Interested suppliers are encouraged to submit a capability statement detailing their qualifications and relevant experience to Alesha Ray at alesha.j.ray.civ@us.navy.mil or Kourtney Brooks at kourtney.k.brooks.civ@us.navy.mil, with the anticipated NAICS code being 811310 and a size standard of $12.5 million. This request is for information only, and no formal solicitation is currently available.

    Point(s) of Contact
    Files
    Title
    Posted
    The Military Sealift Command (MSC) is seeking qualified sources for a contract to provide technical support services for Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). This market survey aims to gather information to inform acquisition planning, with no formal solicitation currently available. The contract encompasses maintenance, inspection, repairs, parts procurement, and logistical support for various types of equipment used on MSC vessels and other government-owned ships. The anticipated NAICS code for this requirement is 811310, with a size standard of $12.5 million. Interested suppliers are required to submit a capability statement detailing their qualifications, relevant experience, and answers to specific market survey questions. The document outlines detailed capability requirements and the scope of work expected, including extensive inspections and maintenance actions per established safety and operational standards. The government emphasizes that any submitted information will be confidential and used strictly for planning purposes. Overall, the MSC requires firms capable of performing maintenance and technical services on a wide range of MHE and SMSE, ensuring compliance with relevant federal regulations and best practices in the industry.
    Similar Opportunities
    MHE and SMSE Maintenance Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking MHE and SMSE Maintenance Services in Norfolk, VA. The services include lubrication, maintenance, repair, overhaul actions, and transportation movement on Shipboard and Shore-based Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). MHE refers to self-propelled equipment used in storage and handling operations, while SMSE includes container handlers, mobile shipboard cargo cranes, and other equipment. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. The RFP will be available for download on beta.SAM.gov on or around 1 March 2021. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Heather Coleman at HEATHER.COLEMAN@NAVY.MIL.
    5 Ton Crane Design USS EMORY S LAND
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking engineering services for the upgrade of the AS 39 Class 5 Ton Cargo and Sail Service Cranes aboard the USS Emory S. Land (AS-39). The procurement aims to engage the Original Equipment Manufacturer (OEM) to provide essential engineering services, including equipment, component, material, and configuration upgrades, to ensure the operational safety and national security of these critical assets, which are over 40 years old. The contract is set for a firm-fixed price from September 30, 2024, to August 31, 2025, with quotes due by September 23, 2024. Interested contractors can contact Tiffany Johnson at tiffany.l.johnson102.civ@us.navy.mil or Maria A. Morris at maria.a.morris8.civ@us.navy.mil for further details.
    USNS WILLIAM MCLEAN Actuator Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking quotes for the procurement of an Actuator Assembly specifically for the USNS WILLIAM MCLEAN (T-AKE 12). This procurement involves a sole source acquisition of one Emerson Process Management Valve (P/N: Q5N2-3C/75570Q), which is critical for maintaining operational continuity and safety standards of existing ship equipment, necessitating brand-name exclusivity due to compatibility requirements. Interested vendors must submit their quotes by 10:00 AM EDT on September 18, 2024, with the delivery point located in Norfolk, VA, and an acceptance date set for March 4, 2025. For further inquiries, interested parties can contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    Small Capacity Weight Handling Equipment Multiple Award Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is soliciting proposals for a Small Capacity Weight Handling Equipment Multiple Award Contract (WHEMAC). This procurement aims to meet the diverse weight handling equipment needs of the Navy, Marine Corps, and other federal entities globally, which may include the acquisition of new equipment or the refurbishment of existing systems. The awarded contracts will consist of up to ten Indefinite-Delivery/Indefinite Quantity (IDIQ) contracts, with the best value proposal receiving the initial contract and delivery order for a seed project, while additional contracts may be awarded based on evaluation criteria. Interested parties can reach out to Priscilla Gula at priscilla.gula@navy.mil or Lisa Sumpter at lisa.sumpter@navy.mil for further information.
    USNS MEDGAR EVERS (T-AKE 13) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk office, is seeking proposals for the lay berth and regular overhaul of the USNS MEDGAR EVERS (T-AKE 13). The project involves preparing for and executing the lay berth and regular overhaul as specified in the solicitation, with performance periods anticipated from February 2025 through December 2025. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering small business participation in federal procurement. Interested parties can access the solicitation, expected to be released on or about September 18, 2024, by contacting Damian Finke at damian.w.finke.civ@us.navy.mil or Grant Sivertson at grant.t.sivertson.civ@us.navy.mil, and must comply with a Non-Disclosure Agreement regarding technical data provided by the government.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    Operation and Maintenance of five (5) T-AGOS Ocean Surveillance Vessels, and one (1) T-AGM Range Instrumentation Vessel
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for the operation and maintenance of five T-AGOS Ocean Surveillance Vessels and one T-AGM Range Instrumentation Vessel. The procurement aims to ensure the effective functioning and upkeep of these vessels, which play a critical role in maritime surveillance and range instrumentation operations. This opportunity is set aside for small businesses, with the solicitation currently available on the Procurement Integrated Enterprise Environment (PIEE) platform, and the closing date for proposals has been extended to October 9, 2024, at 3:00 PM. Interested parties can reach out to Delicia Carswell at delicia.o.carswell.civ@us.navy.mil or Khalia Dixon at khalia.n.dixon.civ@us.navy.mil for further inquiries.
    Marine Boatyard Repair and Maintenance Support LOT I for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for a Marine Boatyard Repair and Maintenance Support contract (N50054-24-R-0007) aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area, primarily within a 100-mile radius of Naval Station Norfolk, Virginia. The contract will be structured as an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC), with a base year and four one-year ordering periods, focusing on depot-level repairs, maintenance, and alterations, while ensuring compliance with safety and environmental regulations. This procurement is designated as a Total Small Business Set-Aside, with the applicable NAICS code being 336611 (Ship Building and Repair), and interested contractors are required to submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) solicitation module by the specified deadlines. For further inquiries, contractors may contact Jake Grady at jake.a.grady2.civ@us.navy.mil or Kevin Cooper at kevin.r.cooper20.civ@us.navy.mil.
    Marine Boatyard Repair and Maintenance Support LOT II for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for the Marine Boatyard Repair and Maintenance Support LOT II contract, aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area. The contractor will be responsible for delivering management, labor, material support services, and equipment necessary for depot-level repairs, alterations, and maintenance of various non-commissioned boats and associated systems. This contract is critical for ensuring the operational readiness of naval assets and will be awarded as a Firm Fixed Price/Indefinite Delivery Indefinite Quantity (FFP/IDIQ) contract, with a base year and four one-year ordering periods. Interested small businesses must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and can direct inquiries to primary contact Jake Grady at jake.a.grady2.civ@us.navy.mil or secondary contact Willie Ross at willie.r.ross.civ@us.navy.mil.