Preservation, Hull, Mechanical, and Electrical/Electronic Repairs - VBSS 11MRX1101 and 11MRX1102
ID: N5523624R0009Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSOUTHWEST REGIONAL MAINT CENTERSAN DIEGO, CA, 92136-5205, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking small business contractors for the preservation, hull, mechanical, and electrical/electronic repairs of two Visit, Board, Search, and Seizure (VBSS) boats, identified as hull numbers 11MRX1101 and 11MRX1102, located in San Diego, California. The project requires comprehensive repairs including engine maintenance, electrical system upgrades, and compliance with OEM specifications, with work to be performed within a 125-mile radius of the 32nd Street Naval Base. This initiative is crucial for maintaining the operational readiness of the Navy's marine vessels, ensuring adherence to safety and regulatory standards throughout the repair process. Interested vendors must submit a capabilities statement by September 17, 2024, to Roxana Lopez at roxana.a.lopez2.civ@us.navy.mil, with additional contacts provided for inquiries.

    Files
    Title
    Posted
    The document outlines the management and disposal of hazardous waste generated on naval vessels, specifically for two crafts identified by hull numbers 11MRX1101 and 11MRX1102. It details procedures in accordance with federal regulations, including the Resource Conservation and Recovery Act and the Federal Hazardous Materials Transportation Act. The requirements for managing Navy-generated, contractor-generated, and co-generated hazardous waste are explicitly stated. Each type of waste is to be documented with proper identification numbers, and manifests must be submitted to the Supervisor for approval. The document also specifies types and estimated quantities of hazardous waste, such as cleaning solvents and spent abrasive materials, that may arise during the work. Contractors are encouraged to minimize waste through various methods, including neutralization and recycling. Compliance with all relevant laws, obtaining necessary permits, and submitting detailed reports to the Supervisor are strongly emphasized. Overall, the file serves as an essential guideline for ensuring environmental protection and regulatory compliance in the disposal of hazardous waste during naval operations.
    The document outlines the Category I NAVSEA Standard Items deemed not applicable for the VBSS 11MRX1101 & 1102 availability concerning small boats. It lists specific items, from magnetic material control to requirements for technical documentation and shipboard use of fluorocarbons, emphasizing that these items will not be invoked during the operation. Key exclusions include guidelines for provisioning technical documentation, alteration verification, work authorization coordination, and ship maintenance obligations. This administrative directive aims to streamline processes by clarifying that these particular standards are not relevant for the ongoing projects, ensuring that contractors and involved personnel are aware of the operational scope. By defining what standards will not apply, the document also serves to reduce ambiguity and enhance efficiency in the execution of small boat operations within the Naval framework.
    The document outlines the availability milestones for the maintenance and repair of two vessels, VBSS 11MRX1101 and 1102, over a period of 198 days, starting from October 3, 2024, through May 15, 2025. It details key scheduled events, including conferences for 25%, 50%, and 75% completion, alongside specific reports and inspections that must be submitted at various phases. Notably, the timeline incorporates significant activities such as preliminary inspections, submission of production schedules, and completion deadlines for structural and engine repairs, ensuring that all requirements are met to ensure government acceptance. Failure to meet deadlines due to factors within the contractor's control may result in a breach of contract. Overall, this document serves as a structured timeline and checklist to guide the contractor in fulfilling their obligations efficiently and transparently in line with contractual requirements, reflecting standard procedures in government-related contracts for RFPs or grants.
    The document outlines a timeline for the availability milestones related to the maintenance and repair of the VBSS craft (HIN: 11MRX1101 & 1102). Key events include critical deadlines for inspections, production schedule submissions, and major milestone conferences, culminating in craft delivery. The schedule specifies various requirements such as surface preservation, preliminary trials, and final inspections, with exact dates set from October 2024 through June 2025. It emphasizes the importance of meeting these milestones while noting that failure to do so, without just cause, may result in a breach of contract. Additionally, the document lists federal holidays that could impact work scheduling. Overall, the purpose of this document is to ensure compliance with contractual obligations within the context of government contracts, establishing a structured plan for the project lifecycle from execution to delivery.
    The Statement of Work (SOW) outlines the specifications for the preservation and repair of two 11-meter rigid inflatable boats (RIBs), identified by hull numbers 11MRX1101 and 11MRX1102, located in Chula Vista, CA. It details the tasks required, including mechanical and electrical repairs, hull preservation, and trailer maintenance. The contractors must transport the crafts, conduct preliminary inspections, and carry out a comprehensive list of repairs ranging from engine maintenance to electrical system upgrades. Each unit is to undergo multiple tests, and all violations or discrepancies must be reported. The project emphasizes compliance with OEM specifications and includes thorough inspections at various stages to ensure quality and safety. The final steps involve cleaning for shipment and conducting operational tests post-repair. Overall, this SOW reflects the government’s commitment to maintaining operational readiness of its marine vessels while adhering to strict safety and regulatory standards.
    Similar Opportunities
    J--Boat Preventative Maintenance and Repair
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@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.
    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.
    FRT Boat Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard in Kittery, Maine, is seeking sources capable of providing maintenance services for Facility Response Team (FRT) boats as outlined in the attached Statement of Work (SOW). The contractor will be responsible for preventative maintenance and repair of six FRT vessels and associated trailers, requiring certified technicians, secure storage, and timely service responses, with written estimates mandated prior to commencing work. This maintenance is crucial for ensuring the operational readiness and safety compliance of the vessels, which play a vital role in naval operations. Interested parties must submit their responses, including company information and capabilities, in PDF format to Contract Specialist Steven Carlberg at steven.w.carlberg.civ@us.navy.mil by 2:00 PM EST on August 19, 2024, as this notice is for market research purposes only and does not constitute a solicitation.
    USS BOXER (LHD 4) FY25 Selected Restricted Availability
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the maintenance, modernization, and repair of the USS BOXER (LHD 4) during its FY25 Selected Restricted Availability. This procurement requires a highly capable contractor with substantial facilities and resources to manage complex ship maintenance tasks, as the work will be conducted on the West Coast of the United States. The selected contractor will be responsible for executing various repairs and alterations, ensuring compliance with safety and quality standards, and maintaining operational readiness of the naval vessel. Proposals are due by September 25, 2024, with the contract expected to be awarded around December 2024, and the work scheduled to commence in April 2025 and conclude by August 2026. Interested parties should contact LT Jourdan Jenkins at jourdan.e.jenkins.mil@us.navy.mil or Brian Romano at brian.c.romano.civ@us.navy.mil for further details and to request access to necessary attachments.
    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.
    NTV Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Marine Corps (USMC) Regional Contracting Office at Camp Pendleton, is conducting a Sources Sought/Request for Information (RFI) to identify qualified businesses capable of providing non-tactical vehicle maintenance and repair services for the Southwest Region Fleet Transportation (SWRFT) department. The services will support the management and operational readiness of various equipment across multiple installations, including Marine Corps Base Camp Pendleton and Marine Corps Air Station Miramar, among others. This initiative is crucial for maintaining the operational capabilities of the USMC's fleet, ensuring compliance with safety and environmental standards. Interested parties must submit a capabilities statement by September 27, 2024, at 1:00 PM PST, and can direct inquiries to David Lange at david.lange@usmc.mil or Maria Caceres at maria.caceres@usmc.mil.
    USNS RAPPAHANNOCK Replacement Engine Steyr SE236E40 Solas
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking proposals from qualified small businesses for the procurement of engine kits and components for the Willard 670 Solas RHIB, under Solicitation Number N4044624Q0009. This opportunity emphasizes the need for comprehensive pricing, delivery estimates, and technical specifications to meet the government's requirements, with a firm-fixed-price purchase order anticipated. The goods are critical for supporting military operations, and the delivery is expected by October 28, 2024, to San Diego, CA. Interested bidders must submit their quotes by 2:00 PM on September 26, 2024, via email to Donnie Leger at donnie.s.leger.civ@us.navy.mil, and adhere to federal regulations regarding small business participation and product sourcing.
    USCGC Richard Dixon DS FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to provide dockside repairs for the USCGC Richard Dixon (WPC-1113) as part of the fiscal year 2025 maintenance schedule. The procurement focuses on comprehensive maintenance activities, specifically the 16,000-hour maintenance tasks for the vessel's Main Diesel Engines, adhering to stringent safety and environmental guidelines. This opportunity is particularly aimed at Women-Owned Small Businesses (WOSB) and emphasizes the federal government's commitment to promoting equitable access for minority-owned enterprises. Interested parties should contact Maryjean Falkenstein or Jaime R. Smith for further details, with the solicitation number 70Z08024QPBPL0045 and submission deadlines outlined in the draft solicitation document.
    Mid Deployment Voyage Repair for USS SHIP
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP FLC Sigonella Naples Office, is soliciting proposals for mid-deployment voyage repair services for the USS SHIP. This procurement aims to address essential repair and maintenance needs for naval vessels, ensuring operational readiness and safety during deployment. The services required fall under the NAICS code 336611, which pertains to ship building and repairing, and the PSC code J998, indicating non-nuclear ship repair. Interested contractors can reach out to Juan Tapia at 00390815680405 Ext: 0405 or via email at juan.c.tapia5.civ@us.navy.mil for further details. The full scope of work and requirements can be found in the attached documents.