MK-41 Vertical Launch System (VLS) Repair and Refurbishment
ID: N5005425R0001-SSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMID ATLANTIC REG MAINT CTRNORFOLK, VA, 23511-2124, USA

NAICS

Ship Building and Repairing (336611)

PSC

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

    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking sources for the repair and refurbishment of MK-41 Vertical Launch Systems (VLS) on U.S. Navy and military vessels, both within the continental U.S. (CONUS) and outside (OCONUS). Contractors must provide management and technical support, including identifying repair needs, conducting inspections, and ensuring compliance with quality assurance and environmental regulations, with a performance period of one base year and four option years commencing around June 14, 2025. This initiative is critical for maintaining the operational readiness of naval defense systems, and interested small businesses are encouraged to submit a capabilities statement by 5:00 PM EST on October 14, 2024, to the designated contacts, Cindy T. Sampson and Elizabeth Marston, via email.

    Files
    Title
    Posted
    The Mid-Atlantic Regional Maintenance Center (MARMC) is seeking potential sources for the repair and refurbishment of MK-41 Vertical Launch Systems (VLS) on U.S. Navy and military vessels, both within the continental U.S. (CONUS) and outside (OCONUS). This initiative will cover a base period of one year with four additional option years, starting around June 14, 2025. The notice serves as a market research tool to identify capable small businesses before finalizing the Request for Proposal (RFP). Interested businesses must submit a 15-page capabilities statement detailing their relevant corporate experience, company profile, available resources, staffing management approach, and ability to obtain required industrial security clearances. The eligibility criteria specify a NAICS code of 336611, and small businesses with fewer than 1,300 employees are encouraged to respond. Notably, this announcement is for informational purposes only, with no obligation for the government to award a contract. Interested parties should submit expressions of interest by 5:00 PM EST on October 14, 2024, through specified email addresses.
    This government Request for Proposal (RFP) outlines the requirements for contractors to provide management and technical support for the repair and refurbishment of MK-41 Vertical Launch Systems (VLS) on U.S. Navy vessels. Contractors must be able to respond to both routine and emergent delivery orders, with the latter requiring completion within 60 business days. Work is typically executed within a 50-mile radius of Naval Station Norfolk but may extend overseas, with travel expenses governed by Joint Travel Regulations. Contractors are responsible for identifying repair needs, conducting inspections, and submitting Condition Found Reports (CFR) detailing discovered issues within five days. Upon CFR approval, they must implement repairs while maintaining government communication. Additional obligations include providing qualified personnel, conducting quality assurance, and complying with environmental and safety regulations. The contractor must also possess or aim for Vertical Launch System certification to be deemed eligible, alongside having suitable facilities for materials and equipment. Quality assurance programs need to be established pre-work commencement, adhering to NAVSEA standards. This document emphasizes accountability, coordination with Navy personnel, and rigorous compliance with federal, state, and local laws throughout the repair process, aligning with government objectives for efficient service delivery in maritime defense operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MK 41 VLS Electronics Depot and Design Agent (FY25-FY29) Request for Information (RFI)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking sources for the MK 41 Vertical Launching System (VLS) Mechanical Design Agent, Electronic Design Agent, and Electronic Depot Operations requirements as part of a Request for Information (RFI) for fiscal years 2025 to 2029. The procurement aims to gather industry feedback on a draft Request for Proposal (RFP) that will be divided into three parts, allowing contractors to bid on one, two, or all three components, with an emphasis on the need for classified facilities for certain design agent requirements. Interested parties must be authorized contractors with an approved DD Form 2345 and are encouraged to submit their comments and company profiles via email to the designated contacts, Matthew Hubbard and David Chamberlain, by the specified deadlines. This RFI serves as a planning tool and does not constitute a commitment to procure, with all submissions treated as market research and not returned.
    AC_DC Motors
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking sources for the repair of Alternating Current/Direct-Current Motors (AC/DC) and Motor Generator (MG) Sets on U.S. Navy vessels, with services to be performed within a 50-mile radius of Norfolk Naval Station, Virginia. The contractor will be responsible for a range of tasks including disconnection, inspection, repair, reassembly, and testing of these motors, ensuring compliance with Navy standards and environmental regulations. This procurement is a follow-on to the existing contract N50054-20-D-0001, with a performance period anticipated to commence on November 25, 2025, and includes one base year and four option years. Interested small businesses must submit a capabilities statement by 5:00 PM EST on October 14, 2024, to the designated contacts, Cindy T. Sampson and Elizabeth Marston, via email.
    VLV ASSY, BFL,10 IN
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of the VLV ASSY, BFL, 10 IN, a non-powered valve component. The procurement requires contractors to adhere to specific repair turnaround times (RTAT) of 62 days and includes stipulations for government source inspection and quality assurance measures. This contract is critical for maintaining operational readiness and ensuring the functionality of naval systems, with the potential for a price reduction for delays in meeting the RTAT. Interested contractors should contact Marsha Williams at 717-605-2727 or via email at marsha.williams@navy.mil for further details and to submit their proposals.
    Sources Sought USNS ARTIC
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking expressions of interest from eligible businesses for a Regular Overhaul Dry Docking (ROH/DD) of the USNS ARTIC (T-AOE 8), scheduled to begin around May 21, 2025, for a duration of 90 days. Contractors must have facilities located along the East Coast or Gulf and will be responsible for various tasks, including general services for the ship, tank testing, equipment maintenance, and dry docking procedures. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested parties should submit a capabilities statement by October 18, 2024, and can find further details in the forthcoming solicitation expected to be issued around November 4, 2024, on sam.gov. For inquiries, contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    VLS Resilient Mounts & Shims
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is soliciting proposals for the procurement of resilient mounts and shims to support Vertical Launch Systems (VLS). The requirement includes the manufacture and delivery of 1,138 units of resilient mounts for MK29 and MK37 systems, along with shims for MK28, MK29, and MK37, all adhering to specified standards and timelines. These components are critical for enhancing operational capabilities within military applications. Proposals must be submitted by the specified deadline to Bryanna Alvarez at bryanna.a.alvarez.civ@us.navy.mil, with the anticipated contract type being Firm-Fixed-Price and no set-aside for small businesses. Interested parties should ensure they are registered in SAM and monitor the solicitation for any amendments.
    Electromagnetic Aircraft Launch System (EMALS) Depot Standup Phase II
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking qualified firms to provide depot repair and overhaul capabilities for the Electromagnetic Aircraft Launch System (EMALS) as part of the Depot Standup Phase II for Ford Class carriers. This procurement involves comprehensive logistics support, including the development of technical data, diagnostic capabilities, and support equipment requirements, aimed at ensuring operational readiness for the Ford Class carriers by FY28. The contract is expected to be awarded in June 2025, with performance extending through June 2027, and interested parties must submit their capability statements by 4:00 PM (EST) on October 14, 2024, to the designated contacts, Jacob Halowell and Margo O'Rear, via email.
    AN/SLQ-32(V)6 ANTENNA SHELTER REFURBISHMENTS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to provide mechanical refurbishment and replacement services for the AN/SLQ-32(V)6 antenna shelter structures. The procurement involves disassembly, abrasive blasting, coating, reassembly, and production of aluminum shelter structures, with a tiered approach for varying levels of refurbishment. This contract is crucial for maintaining the operational readiness of naval equipment, and the government anticipates awarding a single five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a minimum of one and a maximum of 125 shelter sets over its duration. Interested parties should note that the solicitation will be issued on November 18, 2024, with a closing date of December 17, 2024, at 4:00 PM EDT, and can direct inquiries to Clayton Raber at clayton.l.raber.civ@us.navy.mil or by phone at 812-381-3553.
    USNS LEWIS AND CLARK LAY BERTH AND SHIP REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is soliciting proposals for the USNS Lewis and Clark lay berth and ship repair project. The contractor will be responsible for providing facilities, services, labor, and materials necessary for the vessel's long-term maintenance, including preventive maintenance, planning, material procurement, and execution of repair activities. This procurement is crucial for maintaining the operational readiness and national security of the vessel, which will be stationed on the US East, Gulf, or West Coast. Interested small businesses are encouraged to reach out to Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Sources Sought - USNS GUADALUPE - FY25 ROH / DD
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC) Contracting Office, is seeking eligible businesses for the Regular Overhaul (ROH) and Dry-Docking (DD) of the USNS GUADALUPE (T-AO 200), with work anticipated to commence around June 1, 2025, and lasting approximately 100 days. The procurement includes major tasks such as general services, tank and void cleaning, steel repairs, maintenance on the propeller system, and underwater hull cleaning, all of which must be performed at the contractor's facility on the West Coast. This opportunity emphasizes the inclusion of small businesses, particularly Service-Disabled Veteran-Owned, HUBZone, and Certified 8(a) firms, and requires interested parties to submit a capabilities package by October 10, 2024, to assist in tailoring the government's requirements. For further inquiries, interested vendors can contact Caren Edanol at caren.l.edanol.civ@us.navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil, with the anticipated contract award date set for April 2, 2025.
    10--MERGER UNIT ASSEMBL, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Merger Unit Assembly, a critical component in small arms and ordnance manufacturing. The procurement requires contractors to provide comprehensive repair services, including testing and inspection, to restore the unit to a Ready for Issue (RFI) condition within a specified turnaround time of 288 days. This opportunity is vital for maintaining operational readiness and ensuring the reliability of military equipment. Interested contractors can reach out to Dillon Ketterman at 215-697-2995 or via email at DILLON.KETTERMAN@NAVY.MIL for further details, with proposals expected to adhere to the outlined requirements and quality standards.