Ceiling Increase for the Indefinite-Delivery Indefinite-Quantity Multiple Award Contracts Awarded Under Solicitation N00024-17-R-4325
ID: N00024-18-D-(4325-4338)_N00024-21-D-(4443-4445)Type: Justification
AwardedDec 29, 2022
Award #:N00024-18-D-(4325-4338)_N00024-21-D-(4443-4445)
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is issuing a justification for a ceiling increase related to the Indefinite-Delivery Indefinite-Quantity Multiple Award Contracts (IDIQ-MACs) awarded under Solicitation N00024-17-R-4325. This procurement aims to facilitate sole source contract modifications that will increase the contract ceiling and extend the ordering period for non-nuclear ship repair services. These modifications are crucial for maintaining operational readiness and ensuring continued support for naval operations. Interested parties can reach out to Danielle P. Fennelly at danielle.p.fennelly.civ@us.navy.mil or call 202-836-7927 for further details regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    Similar Opportunities
    Surface/Carrier Engineering Maintenance Assist Team (S/CEMAT)
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to solicit an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the Surface/Carrier Engineering Maintenance Assist Team (S/CEMAT) to provide professional systems and equipment maintenance support for U.S. Navy Aircraft Carriers and Surface Ships. The contractor will be responsible for delivering engineering and technical support, including repairs and maintenance training for Ship’s Force equipment operators and maintenance technicians, with work expected to occur on naval vessels globally, including major locations such as Norfolk, VA, and Yokosuka, Japan. This contract, which will utilize Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) Contract Line Item Numbers (CLINs), is anticipated to be awarded in January 2026, with a five-year ordering period, and interested vendors are encouraged to submit a DD Form 2345 to receive further information. For inquiries, vendors may contact Sakeena Siddiqi at sakeena.siddiqi@navy.mil or Tyler Pacak at tyler.pacak@navy.mil.
    Messing & Berthing Barges IDIQ: Justification for an Excemption to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract related to Messing and Berthing Barges. The procurement involves a range of services including cleaning and sanitizing, testing and inspections, replacing permanent filters, habitability repairs, decking repairs, and extensive interior preservation covering 215,000 square feet. These services are crucial for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Warren D. Howell at warren.d.howell@navy.mil or call 757-771-5058 for further details regarding this opportunity.
    PROPELLER REPAIR IDIQ N64498-24-RFPREQ-PD-42-0004
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NSWC Philadelphia Division, is soliciting proposals for a Propeller Repair Indefinite Delivery Indefinite Quantity (IDIQ) contract, identified as N64498-24-RFPREQ-PD-42-0004. This procurement aims to secure engineering services focused on the maintenance, repair, and rebuilding of mechanical power transmission equipment, particularly propellers. The successful contractor will play a crucial role in ensuring the operational readiness and performance of naval vessels by providing essential repair services. Interested parties should reach out to Derek Diep at derek.w.diep.civ@us.navy.mil for further details and to access the attached solicitation and supporting documents.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    Y--IDIQ SB MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS FACILITIES AT PUBLIC WORKS DEPARTMENT (PWD) ANNAPOLIS, PAX RIVER, SOUTH POTOMAC AND ROICC ANDREWS NAVFAC WASHINGTON AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for new construction, repair, and renovation of various facilities at the Public Works Department (PWD) locations, including Annapolis, Pax River, South Potomac, and ROICC Andrews. The procurement involves providing comprehensive services such as repairs, renovations, new construction, and alterations to shore facilities and utilities, with work potentially extending to any NAVFAC location within the Continental United States. This contract is crucial for maintaining and enhancing the operational capabilities of government facilities, ensuring they meet current standards and requirements. Interested contractors can reach out to Frank G. Decker at frank.g.decker.civ@us.navy.mil or Tre'von Taylor at trevon.r.taylor2.civ@us.navy.mil for further information.
    Vessel Repair IDIQ MATOC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Norfolk District, is seeking qualified small businesses to participate in the Vessel Repair Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contract (IDIQ MATOC). This contract aims to provide labor and materials for cyclic and on-demand maintenance and repairs of the Norfolk District Floating Plant, which includes services such as triennial drydocking, underwater hull repair, propulsion system maintenance, and diving support. The Vessel Repair services are crucial for maintaining the operational readiness and safety of marine vessels involved in hydrographic surveys and marine construction work. Interested parties can contact Amy Coody at amy.h.coody@usace.army.mil or 757.201.7883, or Stormie Wicks at stormie.b.wicks@usace.army.mil or (757) 201-7215 for further details, as this opportunity is exclusively set aside for small businesses.
    USS PINCKNEY )DDG-91) N00024-21-C-4478 MOD A00097
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is executing a sole-source contract action for the USS PINCKNEY (DDG-91) Fiscal Year 2022 Depot Modernization Period (DMP) with National Steel and Shipbuilding Company (NASSCO). This procurement involves adding a new work item, specifically a Hot Work Notification and Authorization, to an existing firm fixed price contract (N00024-21-C-4478). The justification for this sole-source action is based on the availability of services from only one responsible source, as outlined in statutory authority 10 U.S.C. 3204(b)(B). Interested parties can reach out to Jonathon Mata at jonathon.f.mata.civ@us.navy.mil or Erik Lyons at erik.s.lyons.civ@us.navy.mil for further inquiries. Funding for this work will be sourced from FY23 OPN, and the approval for this action was granted by the Administrative Contracting Officer.
    SOLE SOURCE – INSTRON SERVICE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source service agreement for the maintenance and repair of ship and marine equipment. This procurement is justified under the notice type "Justification," indicating that the services are essential and cannot be sourced from multiple vendors. The agreement is crucial for ensuring the operational readiness and reliability of naval equipment, which plays a vital role in national defense. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    USS PINCKNEY (DDG-91) N00024-21-C-4478 MOD A00060
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to add a new work item to an existing sole-source contract with National Steel and Shipbuilding Company (NASSCO) for the USS PINCKNEY (DDG-91) during its Fiscal Year 2022 Depot Modernization Period. This contract modification involves the replacement of the Bleed Air Hose Assembly, which is critical for maintaining the ship's operational capability prior to deployment. The justification for this sole-source action is based on the unique qualifications of NASSCO, as they are the only responsible source available within the current maintenance window, and bringing in another contractor would significantly disrupt the schedule and incur additional costs. Interested parties can contact Jonathon Mata at jonathon.f.mata.civ@us.navy.mil or Erik Lyons at erik.s.lyons.civ@us.navy.mil for further details regarding this procurement.
    Justification of Other the Full & Open Competition for N3904022C0038 Extension
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking to extend contract N3904022C0038 on a sole source basis, as justified under FAR 6.305(a). This procurement pertains to the maintenance, repair, and rebuilding of equipment related to ships, small craft, pontoons, and floating docks, which are critical for naval operations and readiness. The justification for this extension has been approved and is publicly available, with the associated Limited Source Justification document attached for reference. Interested parties can reach out to Audrey Brown at audrey.l.brown43.civ@us.navy.mil or by phone at 207-451-8940 for further details.