N00024-24-R-2227 - PACFLT Training Support Vessel (P-TSV) Solicitation
ID: N0002424R2227Type: Solicitation
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

SMALL CRAFT (1940)

Set Aside

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

    Solicitation Notice: DEPT OF DEFENSE - DEPT OF THE NAVY - PACFLT Training Support Vessel (P-TSV) Solicitation

    The Department of Defense, specifically the Department of the Navy, is seeking to procure up to two existing Offshore Supply Vessels (OSVs) and convert them into training support vessels known as the Pacific Training Support Vessel (P-TSV). This procurement falls under the Total Small Business Set-Aside category.

    The P-TSV will be responsible for providing training support services and will be utilized in San Diego, California, within the United States. The contractor will be required to follow standardized manufacturing processes to procure, develop, test, and deliver the end items to the Government under a Firm Fixed Price (FFP) Contract. The solicitation includes the OSV with Conversion, Delivery, Technical Data Package, Installation of Deck Crane, JP-5 Fuel System, and potential order of spares and changes.

    It is important to note that this solicitation does not guarantee the award of any contract, and the Government is not obligated to pay for information received in response to this notice. Any updates or changes to the solicitation will be posted on SAM.gov. For inquiries or questions, please contact Isaiah Sera, Contracts Specialist, at isaiah.c.sera.civ@us.navy.mil. Please refrain from making telephone inquiries.

    The contracting agency for this procurement is the Naval Sea Systems Command, located at 1333 Isaac Hull Ave SE, Washington Navy Yard, DC. 20379-2020. The Government does not commit to providing a response to any comments or questions, and any revisions to the Request for Proposal (RFP) based on received comments are at the Government's discretion. Please direct all comments and inquiries to the designated point of contact mentioned in the synopsis or the Contracting Officer.

    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Active
    Dept Of Defense
    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.
    69--DISSECTABLE MARINE ENGINE COMPONENTS TO BE USED FOR TRAINING. THIS IS A PRE-SOLICITATION NOTICE ONLY.
    Active
    Dept Of Defense
    Presolicitation notice: DEPT OF DEFENSE is seeking to procure dissectable marine engine components to be used for training purposes at the Puget Sound Naval Shipyard and IMF. This requirement will be solicited on a 100% small business set-aside basis. The contract will be a firm fixed price (FFP) type commercial purchase order. The FOB will be DESTINATION Bremerton, WA. The solicitation will be posted on or about 28 February 2017 on the Navy Electronic Commerce Online (NECO) web link and can also be downloaded from http://fedbizops.gov/. The closing date for the solicitation will be 15 days from posting. Interested firms must complete the entire solicitation document, provide technical specification documentation, and ensure current registration in the SAM system. Any questions must be submitted in writing via email to Susan.Peterson@dla.mil.
    FINAL: Fielded Training Systems Support V (FTSS V) Navigation Seamanship and Ship-handling (NSS) Contractor Instructor Services (CIS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Fielded Training Systems Support V (FTSS V) Navigation Seamanship and Ship-handling (NSS) Contractor Instructor Services (CIS). This procurement aims to secure contractor instructor services to enhance training systems related to navigation and seamanship, which are critical for operational readiness and effectiveness in naval operations. Interested parties, particularly FTSS V Lot 1 MAC holders, are encouraged to request the associated RFP documents from the Contract Specialist, Rebecca Woods, at rebecca.a.woods2.civ@us.navy.mil, with questions due by September 17, 2024. The procurement process will be informed by the qualifications and past performance of the bidders.
    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.
    USNS ROBERT E SIMANEK (T ESB 7) PSA
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking qualified businesses for the Post Shakedown Availability (PSA) of the USNS ROBERT E SIMANEK (T-ESB 7), scheduled to commence around 31 May 2025 for a duration of 120 days. The PSA will involve a variety of services including project planning, inspections, and modifications to the ship's systems and components, with a focus on ensuring operational readiness. This opportunity is particularly significant for small businesses, including Service-Disabled Veteran-Owned Small Businesses and Certified HUBZone firms, as the government is considering a set-aside acquisition to promote participation. Interested parties must submit a capabilities package by 25 September 2024, and further inquiries can be directed to Tommy Hale at tommy.a.hale.civ@us.navy.mil or Samuel Queen at samuel.queen@navy.mil.
    Austal USA 10-Year Maintenance Service
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a 10-year maintenance service for a T-EPF class vessel. The service includes the installation of Government Furnished Materials (GFM) and will be performed by Original Equipment Manufacturer (OEM) Austal USA certified service technicians. The procurement will be conducted using FAR Part 12 and 13 Procedures. Interested parties should monitor the SAM.Gov website for the solicitation and any subsequent amendments. Prospective offerors must be registered in the System for Awards Management (SAM) to receive a Government Award. For more information, contact Mr. Reg Agahan at regel.a.agahan.civ@us.navy.mil.
    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.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    U--DMSS-N training for NAVIFOR
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, for DMSS-N training for Naval Information Forces (NAVIFOR). The training is intended to be conducted under a Firm Fixed Price contract using the procedures of FAR part 13. The requirement is brand-specific and will be solicited with Other Than Full and Open Competition. The resulting contract will be for a one-year period, starting on September 20, 2019, and ending on September 19, 2020. The NAICS code for this acquisition is 611420 with a size standard of $12 million. The complete RFP package will be available for download on or about September 5, 2019, on the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the POC identified in the synopsis.
    R--Travel Operations/Support
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, NAVSUP FLT LOG CTR PUGET SOUND is seeking a service to support travel operations through management, analysis, and administration of the travel program. This service is used to ensure compliance with established regulations for Government travelers in both the Contiguous United States (CONUS) and Outside the Continental United States (OCONUS). The place of performance for this service is in Singapore. The contract will be awarded on a Firm-Fixed Price, Service type basis in accordance with FAR parts 12 and 13.5. The evaluation will be conducted using FAR 52.212-2 procedures. The procurement is anticipated to be a sole source award to Vysnova Partners, Inc., a Service-disabled Veteran-owned Business (SDVOSB) concern, in accordance with FAR 19.1406. The solicitation is expected to be posted on the NECO website on or about August 7, 2019, with proposals due by August 9, 2019. All responsible sources may submit a proposal. Prospective offerors are responsible for downloading the solicitation from the NECO website and monitoring for any amendments. No telephone or fax requests will be accepted, and electronic submission of proposals/quotes via NECO is not available at this time.