USNS SHIP VOYAGE REPAIR
ID: N6817125Q0015Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLC SIGONELLA NAPLES OFFICEFPO, AE, 09622-0050, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)
Timeline
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 18, 2025, 12:00 AM UTC
  3. 3
    Due Feb 19, 2025, 9:00 PM UTC
Description

The Department of Defense, through the NAVSUP Fleet Logistics Center Sigonella Naples Office, is soliciting proposals for voyage repair services for the USNS Ship, scheduled for April 2-16, 2025, in Limassol, Cyprus. Contractors are required to submit detailed quotes that include technical capability documentation and pricing, with awards based on the Lowest Price Technically Acceptable (LPTA) criteria. This procurement is critical for maintaining the operational readiness of navy vessels, ensuring compliance with federal contracting regulations, and addressing technical deficiencies identified in the Marine Systems Data unit's human-machine interface. Interested vendors must submit their quotes by February 18, 2025, and direct inquiries to Nicole Barnhart at nicole.e.barnhart.civ@us.navy.mil or by telephone at 00390815684343 Ext: 4343.

Point(s) of Contact
Telephone: 00390815684343 Ext: 4343
nicole.e.barnhart.civ@us.navy.mil
Files
Title
Posted
Feb 18, 2025, 11:04 AM UTC
This document outlines a Request for Quotations (RFQ) by the NAVSUP Fleet Logistics Center Sigonella for a Voyage Repair Availability (VRA) in support of the USNS Ship, scheduled for April 2-16, 2025, in Limassol, Cyprus. It specifies that vendors must provide detailed quotes that include technical capability documentation and pricing, with awards given to the Lowest Price Technically Acceptable (LPTA) offeror. Key work areas comprise general requirements, hull and structural work, electrical systems, and auxiliary machinery, as detailed in accompanying documents. Quotes must be received by February 18, 2025, with inquiries due by January 29, 2025. Contractors need to provide specific documentation, including certifications, a quality control plan, and pricing structures aligned with the specified guidelines. Notably, the quotation process aims to ensure maximum participation, and the government is not liable for any costs incurred prior to official contract award. The RFQ reflects adherence to federal procurement protocols, assuring compliance with regulations governing military contracts. This process is critical for maintaining operational readiness for navy vessels while ensuring efficiency and accountability in government spending.
Feb 18, 2025, 11:04 AM UTC
The document outlines the work package for the USNS Arctic (TAOE 8) repair and maintenance contract, detailing its scope, technical requirements, and quality assurance protocols. It specifies various work item categories, including general services, hull structural, electrical, and auxiliary machinery, each requiring compliance with General Technical Requirements (GTRs). Central themes include the necessity for clear definitions, contractor responsibilities, regulatory compliance, and the provision of resources. Crucial points include the requirement for contractors to provide their labor, equipment, and materials unless otherwise specified as government-furnished. Specific actions such as inspections, testing, and certification must follow the work items outlined and meet regulatory standards. Furthermore, detailed instructions for ensuring a safe and navigable approach, secure berthing, and mooring for the vessel emphasize the project's maritime safety criteria alongside construction requirements. The document serves as a guide for contractors to understand their obligations and the necessary conditions for compliance, ensuring thorough preparation for work execution within regulated marine environments.
Feb 18, 2025, 11:04 AM UTC
The document outlines a government price list related to services required for the USNS Arctic. It specifies general requirements, categorizing tasks into labor and material costs across various job titles, such as hull and structural services and electrical motor rewinding. Notably, all quoted costs currently amount to zero, indicating that no financial commitments have been made yet. Additional details include sections for required travel expenses and a methodology for validating price reasonableness during project evaluations. Items that are interconnected in the proposal are color-coded to ensure proper understanding of related tasks. The content emphasizes clarity in calculating total prices and provides a framework for assessing additional services, ensuring compliance with federal contracting processes. Overall, the document serves as a preliminary resource for contractors in response to a government request for proposals, waiting for further financial input before proceeding with the outlined operations.
Feb 18, 2025, 11:04 AM UTC
The NAVSUP FLC Sigonella Naples Office has issued an amendment to solicitation N6817125Q0015, effective January 21, 2025. The amendment aims to clarify a work item related to the MSD (Marine Systems Data) unit's human-machine interface (HMI) and to correct the solicitation's small business set-aside status, which has been removed. Attached photos illustrate the HMI issues, highlighting communication errors preventing the #3 MSD unit from effectively interacting with other systems. The contractor is tasked to coordinate with the OEM to resolve programming issues or potentially replace the HMI and PLC if necessary. The amendment stresses that all previously established terms and conditions remain in effect. This document emphasizes the need for rigorous oversight and intervention to address technical deficiencies that impact operational efficiency within the fleet.
Feb 18, 2025, 11:04 AM UTC
Feb 18, 2025, 11:04 AM UTC
Feb 18, 2025, 11:04 AM UTC
Feb 18, 2025, 11:04 AM UTC
Feb 18, 2025, 11:04 AM UTC
Lifecycle
Title
Type
USNS SHIP VOYAGE REPAIR
Currently viewing
Solicitation
Similar Opportunities
USNS EARL WARREN (T-AO 207) POST SHAKEDOWN AVAILABILITY Solicitation
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting bids for the post shakedown availability of the USNS EARL WARREN (T-AO 207). This procurement involves various amendments to the original solicitation, including the incorporation of revised work instructions and a change in the closing dates for both the request for comments and the solicitation itself. The services sought are critical for the maintenance and repair of naval vessels, ensuring operational readiness and compliance with safety standards. Interested contractors should note that the revised solicitation closing date is April 30, 2025, and can reach out to Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Ian Keller at ian.keller@navy.mil for further inquiries.
SERVER
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a SERVER under a federal contract. The procurement requires qualified contractors to provide firm-fixed prices for the repair of specified items, adhering to military standards and inspection requirements, with a total quantity increase from 3 to 6 units. This contract is critical for maintaining operational readiness and ensuring the functionality of electronic components used in defense systems. Interested contractors must submit their quotes electronically to Derek J. Ford at derek.j.ford5.civ@us.navy.mil by the extended deadline of May 9, 2025, and must comply with all outlined requirements, including repair turnaround times and pricing structures.
USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair for these naval vessels, which are critical to maintaining operational readiness. The contracts will be awarded as two separate Firm-Fixed-Price agreements, with proposals due by May 6, 2025, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. For further inquiries, potential offerors can contact Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil.
USFF Barge (70PE9301)
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking contractors for routine repairs and modernizations of the USFF Barge (70PE9301) during a scheduled off-season stand-down from April to June 2025. The procurement aims to address material condition discrepancies and ensure the barge remains operationally ready. This opportunity is significant as it involves essential maintenance for naval operations, with a focus on compliance with federal contracting standards. Interested contractors must submit capability statements via beta.SAM.gov and ensure registration in the System for Award Management (SAM) to be eligible for contract award. For inquiries, contact Ben Bethel at benjamin.bethel@navy.mil or Chris Whiteside at christopher.d.white1@navy.mil.
Port Security Barrier (PSB) System and Components Out of Water Upkeep, Repair, & Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide upkeep, repair, and maintenance services for the Port Security Barrier (PSB) System at Newport News Shipbuilding. The procurement involves comprehensive out-of-water maintenance, including the removal, cleaning, inspection, and repair of 32 modules, 5 anchors, and 1 marine fender, ensuring the PSB operates effectively in safeguarding critical port facilities. The contract is a Firm Fixed Price procurement with a performance period of 120 days, and interested parties must submit their quotes by 1:00 PM on May 8, 2025, to the designated contracting officer, Shauna McLarney, via email. For further inquiries, contractors can reach out to the primary and secondary contacts provided in the solicitation.
Tanker Voyage Charter
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals for a Tanker Voyage Charter to transport clean products from Texas City, TX, to Killingholme, United Kingdom. The procurement requires a clean, approved U.S. or foreign flag, double-hull tanker equipped with an Inert Gas System (IGS) or equivalent, capable of carrying a minimum of 32,000 barrels of clean product in designated cargo tanks. This charter is crucial for ensuring the safe and efficient transportation of essential materials, with laydays commencing on May 20, 2025, and concluding on June 3, 2025. Interested parties should direct inquiries to David Anaya at 564-226-8419 or via email at david.c.anaya.civ@us.navy.mil, with proposals due by April 29, 2025.
Depot Level Repair and Upgrade of LM2500 Turbine Mid Frames (TMF)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is soliciting proposals for the depot-level repair and upgrade of LM2500 Turbine Mid Frames (TMF) under a Firm-Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This procurement aims to ensure the operational readiness of U.S. Navy gas turbine components by providing necessary repair services, utilizing Navy-approved parts, and adhering to stringent compliance standards. The contract is expected to span up to 60 months, with a maximum of five TMFs refurbished annually, and requires offerors to demonstrate a commitment to small business participation, targeting 48% of the total contract value. Interested contractors should contact Valerie Corcoran at valerie.a.corcoran.civ@us.navy.mil or Francis J. Brady at francis.j.brady14.civ@us.navy.mil, with proposals due by May 7, 2025.
N0002425R4403 USS FORREST SHERMAN (DDG 98) FY26 DMP
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of the FY26 maintenance, modernization, and repair of the USS FORREST SHERMAN (DDG 98) under solicitation N00024-25-R-4403. This contract requires a highly capable contractor with substantial facilities and human resources to manage and integrate various aspects of ship maintenance and repair, specifically on the East and Gulf Coasts. Given the complexity and scale of the project, the procurement will not be set aside for small businesses, as market research indicates a lack of capable small business competitors. Interested parties must register in the System for Award Management (SAM) and submit proposals by monitoring the PIEE/SAM.gov page for updates, with a contract award anticipated around October 2025 and project commencement expected in February 2026, concluding in August 2027. For further inquiries, potential offerors can contact LCDR Kyle Watson at kyle.a.watson15.mil@us.navy.mil or Jacqueline Black at jacqueline.r.black.civ@us.navy.mil.
BRUNSWICK Fire Pump VSD
Buyer not available
The Department of Defense, through the Military Sealift Command, is soliciting quotes for the overhaul of fire pump variable speed drives (VSD) at JEB Little Creek, scheduled for May 15-25, 2025. This procurement requires the original equipment manufacturer, Siemens, to perform the necessary repairs, emphasizing the critical nature of these components for ship safety and operational integrity. The contract will be awarded as a firm-fixed price purchase order, with detailed pricing and technical submissions required by April 30, 2025. Interested vendors should direct inquiries to Tiffany Johnson or Maria A. Morris via the provided contact information.
USNS MATTHEW PERRY (T-AKE 9) lay berth and ship repair.
Buyer not available
The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is soliciting bids for the lay berth and ship repair of the USNS MATTHEW PERRY (T-AKE 9). This procurement involves specific requirements for ship repair services, including revisions and responses to requests for clarification as outlined in amendments to the solicitation. The importance of this contract lies in maintaining the operational readiness and safety of naval vessels, which are critical to national defense. Interested contractors can reach out to Damian Finke at damian.w.finke.civ@us.navy.mil or James Parker at james.l.parker2.civ@us.navy.mil for further details, with the solicitation details available for review.