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.

    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
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    LCU-1651 DSRA 6B1 44pkg (svc)
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and alteration of the LCU-1651 vessel, with a focus on a comprehensive scope of work involving forty-four Industrial Control Numbers (ICNs) and anticipated growth work. The procurement aims to address critical maintenance needs, including structural repairs, preservation tasks, and upgrades essential for the operational readiness of the vessel, which plays a vital role in naval operations. Interested contractors must possess a current Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) with the U.S. Navy, with the contract expected to be awarded by January 30, 2026. For further inquiries, contractors can contact Hiromi Kurita at hiromi.kurita.ln@us.navy.mil or Jason M. Rankin at jason.m.rankin6.civ@us.navy.mil.
    USNS MERCY (T-AH 19) FY26 ROH/DD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance and repair of the USNS MERCY (T-AH 19) as part of its Fiscal Year 2026 Regular Overhaul and Dry Docking (ROH/DD) project. This procurement involves comprehensive shipbuilding and repair services, which are critical for ensuring the operational readiness and longevity of the vessel, a key asset in the Navy's humanitarian and medical missions. Interested contractors should refer to the attached documents for detailed specifications and requirements related to Amendment 0008 of this solicitation. For further inquiries, potential bidders can contact Benjamin Brackett at benjamin.b.brackett.civ@us.navy.mil.
    USNS GUADALUPE FY26 Mid-Term Availability
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability contract. This procurement involves shipbuilding and repairing services, with a focus on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J999. The contract is crucial for maintaining the operational readiness of the USNS GUADALUPE, ensuring it meets the necessary standards for future missions. Interested parties should note that the request for comments (RFC) period has been extended to December 24, 2025, at 2:00 PM EST, with the solicitation closing date now set for January 8, 2026, at 3:00 PM EST. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.
    L019 - Safe Haven lay/docking services.
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    60-day Tanker Time Charter
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 60-day tanker time charter under RFP N3220526R6032. The contract requires a clean, U.S. or foreign flag, double-hull tanker capable of carrying 235,000 barrels of clean product, with specific vessel requirements including age, SIRE system participation, and compliance with MSC TANKTIME 2024. This procurement is crucial for military readiness and petroleum cargo transportation, with the charter period scheduled from February 5-6, 2026, and proposals due by December 17, 2025, at 1100 ET. Interested parties should contact Eric Hatcher at ERIC.N.HATCHER2.CIV@US.NAVY.MIL or 564-230-3114 for further details.
    LEGACY LANDING CRAFT AIR CUSHION (LCAC) AND LCAC100 CLASS MAINTENANCE AND REPAIR SUPPORT
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking maintenance and repair support for the Legacy Landing Craft Air Cushion (LCAC) and LCAC100 class vessels. This procurement aims to ensure the operational readiness and longevity of these critical marine assets, which play a vital role in amphibious operations and logistics. A pre-solicitation conference will be held via Microsoft Teams on January 7, 2026, from 1:00 p.m. to 2:00 p.m. CST, where interested offerors must submit their intent to participate by January 6, 2026, at 10:30 a.m. CST. For further inquiries, contact Kathleen Stewart at kathleen.a.stewart23.civ@us.navy.mil or Frances Negron at frances.j.negron.civ@us.navy.mil.
    USCGC LEGARE FY26 Post SLEP DS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dockside repairs on the USCGC LEGARE (WMEC-912), a 270-foot Medium Endurance Cutter, as part of a Sources Sought Notice. The procurement aims to identify capable contractors who can provide necessary facilities, materials, equipment, and personnel to perform various repair tasks, including load testing power supplies, inspecting circuit breakers, and calibrating flow meters, with all work to be conducted at the cutter's homeport in Newport, Rhode Island. This opportunity is crucial for maintaining the operational readiness of the vessel, ensuring it meets safety and performance standards. Interested parties must submit their capabilities and relevant documentation to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil by 4:00 PM EST on December 11, 2025, as the anticipated period of performance is from June 1, 2026, to August 14, 2026.
    USNS RICHARD E. BYRD Voyage Repair Availability KR
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Voyage Repair Availability of the USNS RICHARD E. BYRD (T-AKE 4) while docked in Chinhae, South Korea, from January 5-18, 2026. The procurement requires qualified contractors to provide labor, materials, tools, and equipment necessary for various repair tasks as outlined in the solicitation and accompanying work specifications. This opportunity is critical for maintaining the operational readiness of the vessel, ensuring compliance with safety and environmental regulations, and adhering to strict security protocols. Interested contractors must submit their proposals by December 19, 2025, at 10 AM, and can direct inquiries to primary contact Hyontong Yang at hyon.t.yang2.ln@us.navy.mil or secondary contact Willie Harris at willie.j.harris2.civ@us.navy.mil.