USNS ROBERT E SIMANEK (T-ESB 7) Post Shakedown Availability (PSA)
ID: N3220525R4082Type: Presolicitation
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the Post Shakedown Availability (PSA) of the USNS ROBERT E SIMANEK (T-ESB 7). This procurement involves shipbuilding and repair services, focusing on ensuring the vessel's operational readiness following its initial shakedown period. The opportunity is critical for maintaining the Navy's fleet capabilities and involves adherence to strict regulations regarding controlled unclassified information, as outlined in a related Non-Disclosure Agreement (NDA) that governs the use of technical data. Interested parties should contact Ian Keller at ian.keller@navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil for further details regarding the proposal process and compliance requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Non-Disclosure Agreement (NDA) related to access granted to an entity (referred to as the "Offeror") for technical data concerning the USNS ROBERT E SIMANEK (T-ESB 7). The NDA stipulates that the Offeror may use this data solely for preparing a proposal and, if awarded, for contract performance, complying with Department of Defense regulations regarding controlled unclassified information. Key obligations include appointing a corporate principal for compliance, ensuring stringent organizational controls to prevent unauthorized data dissemination, and returning or destroying data upon contract termination. Additionally, any third-party access to the data must also be governed by a similar NDA. The document emphasizes the importance of adhering to export controls and stipulates the responsibilities of the Offeror in case of unauthorized disclosures or breaches, including cost reimbursements to the Government. This NDA is essential for safeguarding sensitive government technical information in the context of federal solicitations and contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USNS EARL WARREN (T-AO 207) POST SHAKEDOWN AVAILABILITY Solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the post shakedown availability of the USNS Earl Warren (T-AO 207) through the Military Sealift Command in Norfolk. This procurement involves shipbuilding and repair services, focusing on non-nuclear ship repair as outlined under NAICS code 336611 and PSC code J999. The successful contractor will play a crucial role in ensuring the operational readiness and maintenance of the vessel following its initial shakedown period. Interested parties can reach out to Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or by phone at 757-802-6467, or Ian Keller at ian.l.keller.civ@us.navy.mil or 564-226-4861 for further details.
    USS AMERICA (LHA 6) FY26 Docking Selected Restricted Availability (DSRA)
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the USS AMERICA (LHA 6) FY26 Docking Selected Restricted Availability (DSRA). This procurement aims to secure shipbuilding and repair services necessary for the maintenance and operational readiness of the USS AMERICA, a vital asset in the Navy's fleet. The selected contractor will be responsible for executing non-nuclear ship repair tasks, ensuring the vessel meets its operational standards and readiness timelines. Interested parties can reach out to James Thomas at james.c.thomas118.civ@us.navy.mil or by phone at 202-781-7223, or Brian Romano at brian.c.romano.civ@us.navy.mil or 202-781-5282 for further details regarding the solicitation process.
    USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the Drydocking Selected Restricted Availability (DSRA) for the USS Pearl Harbor (LSD 52) and USS O’Kane (DDG 77) for fiscal year 2026. This procurement aims to secure shipbuilding and repair services, specifically focusing on non-nuclear ship repair, which is crucial for maintaining the operational readiness and longevity of naval vessels. Interested contractors should note that the primary point of contact for this opportunity is Courtney Schlusser, who can be reached at courtney.j.schlusser.civ@us.navy.mil or by phone at 202-781-3399, with a secondary contact available in Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or 202-781-1763. Further details regarding the solicitation process and deadlines will be provided in the official announcement.
    USNS William McLean MTA 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for maintenance and technical assistance (MTA) for the USNS William McLean (T-AKE 12) for fiscal year 2025. The procurement focuses on shipbuilding and repairing services, requiring contractors to demonstrate their capabilities in dry dock services, safety protocols, and compliance with military operational standards. This opportunity is critical for ensuring the operational readiness and safety of military vessels, with performance expected to take place in Virginia, United States. Interested contractors should direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil, with proposals due by the specified deadlines.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
    PRE-SOLICITATION for USS FORREST SHERMAN ([DDG 98]) FY26 DMP
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is preparing to solicit bids for the USS FORREST SHERMAN (DDG 98) FY26 Dry Dock Maintenance Period (DMP). This procurement aims to secure shipbuilding and repair services, specifically focusing on non-nuclear ship repair as outlined under NAICS code 336611 and PSC code J998. The maintenance and repair of naval vessels are critical for ensuring operational readiness and extending the lifespan of the fleet. Interested contractors can reach out to Jacqueline Black at jacqueline.black@navy.mil or Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil for further details, with the opportunity expected to be formally announced soon.
    J998 - USS SHIP ROH
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP FLC Sigonella Naples Office, is preparing to solicit bids for the repair and maintenance of USS ships under the presolicitation titled "J998 - USS SHIP ROH." This procurement aims to secure services related to non-nuclear ship repair, specifically within the NAICS code 336611, which encompasses shipbuilding and repairing activities. The successful contractor will play a crucial role in ensuring the operational readiness and longevity of naval vessels, which are vital to national defense. Interested parties can reach out to Nicole Barnhart at 39 081-568-3221 or via email at nicole.e.barnhart.civ@us.navy.mil for further details and to stay updated on the procurement timeline.
    PMS-390 Industry Day Questions
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is hosting an opportunity for contractors to engage in the Dry Deck Shelter Maintenance Program and Submarine Rescue Operations and Maintenance contracts. The procurement aims to clarify expectations and timelines for these sophisticated naval operations, with a Request for Proposal (RFP) anticipated in Q4 2024 and contract execution expected in Q3 2026. This initiative is crucial for maintaining operational readiness and ensuring the effectiveness of submarine rescue capabilities. Interested parties can reach out to William Martin at william.r.martin7@navy.mil or 202-781-2497, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    Repair of QTY 1 EA, SSBN 726 Class Propeller
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support MECH office, is seeking contractors for the repair of one SSBN 726 Class propeller. This procurement aims to ensure the operational readiness and maintenance of critical naval assets, highlighting the importance of reliable propulsion components in naval operations. Interested parties should contact Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL for further details regarding the presolicitation notice, as specific deadlines and funding amounts have not been disclosed in the current overview.
    Hull and Deck Machinery Systems Support
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is issuing a Request for Proposals (RFP) for a contract focused on providing engineering and technical services related to hull and deck machinery systems on U.S. Navy ships, particularly concerning launch and recovery systems. The contract will be structured as a Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) arrangement, lasting up to 72 months, and will require services such as system assessments, maintenance, troubleshooting, and training, along with the provision of materials and technical support for specific equipment. This procurement is vital for enhancing naval operational capabilities by ensuring the effective maintenance and improvement of critical machinery systems. Interested parties should contact Anna Eisele at anna.e.eisele.civ@us.navy.mil or James T. O'Sullivan at james.osullivan2@navy.mil for further details.