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
    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
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    USNS SHIP VOYAGE REPAIR
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    USNS PECOS VALVE AND PUMP REMOVAL
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting quotes for the refurbishment of miscellaneous valves and pumps located at the MSC warehouse in Norfolk, Virginia, under solicitation number N3220525Q4050. The procurement requires qualified vendors to provide labor, materials, and travel costs in accordance with the Statement of Work (SOW), with a contract period from May 2, 2025, to September 30, 2025. This opportunity is crucial for maintaining operational integrity and safety of naval equipment, emphasizing compliance with federal acquisition regulations and technical standards. Interested parties must submit their quotes by 1:00 PM EST on March 19, 2025, to Samuel N. Queen at samuel.n.queen2.civ@us.navy.mil, ensuring all required documentation is included.
    USCGC CYPRESS (WLB-210) DRYDOCK REPAIR FY2025
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repair of the USCGC Cypress (WLB-210), a 225-foot buoy tender, scheduled for fiscal year 2025. The procurement involves approximately 117 maintenance tasks, including inspections, preservations, and repairs, to be completed over a projected 99-day period from September 8 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring the Coast Guard's capabilities in maritime operations. Interested parties must respond by April 4, 2025, providing information on their business size, capabilities, past performance, and relevant certifications, with inquiries directed to Ou Saephanh at Ou.T.Saephanh@uscg.mil or Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil.
    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 GUADALUPE Lifeboat Davit
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking quotes for the procurement of parts and equipment related to the USNS GUADALUPE Lifeboat Davit, including winch drums, remote control barrels, and oil seals. This firm-fixed price contract requires vendors to submit price quotes, technical submissions, and delivery timelines, with a delivery deadline set for May 16, 2025, to a location in San Diego, California. The procurement is crucial for maintaining operational readiness and compliance with federal regulations, emphasizing fair competition and ethical business practices. Interested vendors must submit their quotations electronically by March 14, 2025, and can contact Caren Edanol at caren.l.edanol.civ@us.navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil for further information.
    SHIP REPAIR REQUIREMENT:FY25 5C1 Chief of Naval Operation (CNO) Availability of USS HOWARD (DDG-83)
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and alteration of the USS HOWARD (DDG-83) as part of the Chief of Naval Operations (CNO) Availability for Fiscal Year 2025. Contractors authorized to operate in Japan are required to submit their proposals by March 14, 2025, with the anticipated work period spanning from April 7 to September 9, 2025, at the Yokosuka Naval Base. This procurement is critical for maintaining the operational readiness and safety of naval vessels, ensuring compliance with stringent quality management systems and safety regulations. Interested contractors should direct inquiries to Neil Flint at neil.s.flint.civ@us.navy.mil or call 315-243-8395 for further details.
    CMAV AEGIS ASHORE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVSUP FLC Sigonella Naples Office, is soliciting proposals for the CMAV AEGIS ASHORE project, which falls under the NAICS code 336611 for Ship Building and Repairing. The procurement aims to engage contractors capable of providing non-nuclear ship repair services, as indicated by the PSC code J998, and requires a thorough review of all attachments for a comprehensive understanding of the project specifications. This opportunity is crucial for maintaining and enhancing naval capabilities, ensuring operational readiness and effectiveness. Interested parties can reach out to Juan C. Tapia at 00390815686408 Ext: 0405 or via email at juan.c.tapia5.civ@us.navy.mil for further details.
    Maintenance, Repair, and Preservation of YT-800 ROH
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard, is soliciting proposals for the maintenance, repair, and preservation of the YT-800 ROH vessel. The contract requires comprehensive docking and maintenance services, including hull maintenance, structural repairs, and system inspections, all to be performed in compliance with maritime industry standards and federal regulations. This procurement is crucial for ensuring the operational readiness of the vessel, which plays a significant role in naval operations. Interested small businesses must submit their proposals by March 17, 2025, with the contract period of performance scheduled from June 16, 2025, to October 10, 2025. For further inquiries, potential contractors can contact Alice Robertson at alice.n.robertson.civ@us.navy.mil or Christopher Davidson at christopher.t.davidson7.civ@us.navy.mil.
    Repair of LCS2 Class Waterjet and Impeller Shaft Assemblies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified firms for the repair of Littoral Combat Ship (LCS) 2 class waterjet and impeller shaft assemblies. The procurement aims to identify potential contractors capable of performing repairs on specific National Stock Numbers (NSNs) and providing associated re-packaging services, as part of a Firm Fixed Price (FFP) single Indefinite Delivery Indefinite Quantity (IDIQ) contract anticipated to span five years. This opportunity is critical for maintaining the operational readiness of the LCS fleet, ensuring compliance with safety and quality standards throughout the repair process. Interested businesses must submit capability statements by March 29, 2025, and can direct inquiries to Valerie Corcoran at valerie.a.corcoran.civ@us.navy.mil or by phone at 267-315-3370.
    Dry-dock (DD): USCGC KIMBALL FY25 Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform dry-dock repairs on the USCG Cutter KIMBALL for fiscal year 2025. The procurement involves comprehensive maintenance and repair services, with the period of performance scheduled from May 13 to June 12, 2025, at the contractor's facility. This opportunity is critical for ensuring the operational readiness of the cutter, which plays a vital role in maritime safety and security. Interested vendors must submit their quotes by March 12, 2025, and can direct inquiries to Kyra May or Andrew G. Jacobs via the provided contact information.