Marine Boatyard Services and Industrial Support Lot II Follow-On MAC-IDIQ
ID: N5523625R0012Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSOUTHWEST REGIONAL MAINT CENTERSAN DIEGO, CA, 92136-5205, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is seeking small businesses to participate in a Sources Sought announcement for the Marine Boatyard Services and Industrial Support Lot II Follow-On MAC-IDIQ contract. This procurement aims to identify industry capabilities for providing comprehensive marine boatyard services, including maintenance, repair, and support for various vessels and ancillary equipment, particularly those over 15 meters in length, in the San Diego area. The services are critical for maintaining the operational readiness of non-commissioned vessels and ensuring compliance with Navy maintenance standards. Interested parties must submit a notice of interest by April 7, 2025, to the designated contacts, Alondra Moreno and Natalie Arenz, with the anticipated RFP release date around May 14, 2025. For further inquiries, potential vendors can reach out via the provided email addresses.

Files
Title
Posted
Mar 22, 2025, 12:04 AM UTC
The document outlines a variety of boats and crafts applicable to government solicitations, specifically as detailed in Section C. It provides an extensive list of vessels categorized by size and function, including personnel boats, utility boats, landing crafts, and specialized vessels for tasks such as explosive ordnance disposal and harbor security. The listing is not exhaustive, suggesting that other similar crafts may also qualify. Additionally, it includes details about various auxiliary equipment, such as life rafts and pontoons, indicating the government's emphasis on both operational versatility and support for maritime missions. The information is critical for potential vendors responding to federal RFPs, federal grants, and state and local contracts that require different types of marine assets for defense and security purposes. Interested parties can obtain further details regarding service crafts via a specified Navy website.
Mar 22, 2025, 12:04 AM UTC
The document outlines the Statement of Work for Marine Boatyard Services (MBS Lot II) aimed at providing comprehensive industrial support for the maintenance and repair of various non-commissioned vessels in the San Diego area. Key tasks include modifications, upgrades, dry-docking, and emergent repairs of boats, barges, and related systems. The contractor is responsible for delivering all necessary management, labor, equipment, and material, capable of servicing vessels up to 260 feet in length, and must comply with stringent quality control measures and environmental regulations. Coordination between the contractor and government representatives is essential for effective scheduling and execution, while adherence to Navy maintenance standards is mandatory. Facility requirements dictate security, storage capabilities, and accessibility to waterways and necessary utilities to perform operations effectively. Regular reporting and compliance with safety protocols are critical throughout the contract period. Overall, this solicitation emphasizes the government’s commitment to maintaining marine assets through structured and qualified contractor involvement.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Commercial Industrial Services (CIS) Non-Skid Deck Covering Services Follow-On MAC-IDIQ
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center, is issuing a Request for Proposal (RFP) for Commercial Industrial Services (CIS) Non-Skid Deck Covering Services to support U.S. Navy ships within a 50-mile radius of San Diego, CA. The selected offeror(s) will be responsible for providing all necessary labor, services, equipment, and materials for the removal of existing non-skid deck coverings and the installation of new systems, adhering to the latest specifications and NAVSEA Standard Items. This procurement is critical for maintaining the operational readiness and safety of Navy vessels, and it will be conducted as a multiple award indefinite delivery/indefinite quantity (IDIQ) contract with five ordering year periods, set aside exclusively for small businesses under NAICS code 336611. Interested parties should contact Alisha Bloor at alisha.r.bloor.civ@us.navy.mil or Cindy Wong at cindy.p.wong2.civ@us.navy.mil for further details, as proposals will be evaluated based on past performance, technical merit, and price.
Commercial Industrial Services (CIS) Hullboard Lagging Services Follow-On, Multiple Award Contract, Indefinite Delivery Indefinite Quantity (MAC-IDIQ)
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is issuing a Request for Proposal (RFP) for Commercial Industrial Services (CIS) Hullboard Lagging Services, aimed at supporting U.S. Navy ships within a 50-mile radius of San Diego, CA. The selected contractors will be responsible for providing management, labor, services, equipment, and materials necessary for the removal, repair, and installation of hullboard lagging and insulation materials on Navy vessels. This procurement is critical for maintaining the operational readiness of the fleet and will be conducted as a multiple award indefinite delivery/indefinite quantity (IDIQ) contract with five ordering year periods, specifically set aside for small businesses under NAICS code 238310. Interested parties should contact Cindy Wong at cindy.p.wong2.civ@us.navy.mil or Alisha Bloor at alisha.r.bloor.civ@us.navy.mil for further details, as the evaluation will consider past performance, technical capabilities, and pricing.
FY25 MV Puget Drydock Maintenance Services
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the FY25 MV Puget Drydock Maintenance Services, a project set aside exclusively for small businesses. The contractor will be responsible for providing comprehensive shipyard maintenance services, including inspections, repairs, and cleaning for the MV PUGET, to be performed at a facility in the Puget Sound area. This maintenance is crucial for ensuring the operational readiness and safety of the vessel, with the performance period estimated from May 25, 2025, to July 25, 2025. Quotations are due by May 15, 2025, and interested contractors must register in the System for Award Management (SAM) to be eligible for consideration; for further inquiries, contact Geraldine L. Kemp at Geraldine.L.Kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil.
J--Boat Preventative Maintenance and Repair
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
DDG Underway Replenishment (UNREP) Station Number 4 Cable Replacement; accomplish
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center, is seeking qualified contractors for the replacement of the Underway Replenishment (UNREP) Station Number 4 cable on the Arleigh Burke Class (DDG) ships. This opportunity is a Sources Sought Notice aimed at identifying experienced firms capable of performing the required work, which is critical for maintaining the operational readiness of naval vessels. Interested parties are invited to submit a brief capabilities package that outlines their qualifications, including company profile, size status under NAICS Code 336611, and any relevant partnerships or agreements. Responses must be submitted by 10:00 a.m. PST on April 28, 2025, to James Legaspi at james.l.legaspi.civ@us.navy.mil, with no reimbursement for costs incurred in the submission process.
USS KANSAS CITY (LCS 22) / USS STOCKDALE (DDG 106) FY26 Docking Selected Restricted Availability (DSRA)
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought announcement for the FY26 Drydocking Selected Restricted Availability (DSRA) of the USS Kansas City (LCS 022) and USS Stockdale (DDG 106). The procurement aims to identify industry capabilities for performing essential maintenance, repair, and modernization work on both vessels, which includes structural repairs, system upgrades, and condition-based maintenance. This opportunity is critical for maintaining the operational readiness and technological advancement of U.S. Navy ships, with the anticipated Request for Proposals (RFP) expected to be released in the fourth quarter of 2025. Interested parties must submit their letters of interest by 4 PM Local Time on May 1, 2025, to the designated contacts, Jacqueline Black and Jacob Juros, via the provided email addresses.
USCGC MARGARET NORVELL (WPC-1105) DOCK-SIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dock-side repairs of the USCGC MARGARET NORVELL (WPC-1105) as part of a Sources Sought Notice aimed at market research. The anticipated repair period is set for 42 days, from November 11 to December 23, 2025, with a firm-fixed price contract expected to be awarded following the identification of capable sources. This initiative is crucial for maintaining the operational readiness of the vessel, which falls under the NAICS code 336611 (Ship Building and Repairing) with a size standard of 1,300 employees. Interested companies must submit their qualifications, including business size certification and relevant past performance, by May 6, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, potential respondents can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
J--Boat Preventative Maintenance and Repairs
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four Oil Spill Recovery boats at Naval Weapons Station Earle, NJ. The services will be acquired through a small business set-aside procurement action. The contract will have a one-year base period of performance and four one-year ordering periods thereafter. The services will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Subpart 13.5. Interested vendors can download the request for quote from the NECO and FBO websites starting from 15 March 2018. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
Sources Sought for Operation & Maintenance of WATSON Class Vessels
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking industry feedback for the operation and maintenance of eight Large, Medium-Speed, Roll-On/Roll-Off WATSON Class vessels. The procurement aims to identify potential contractors capable of ensuring high operational readiness and compliance with U.S. regulations while managing these vessels that support the prepositioning of government cargo worldwide. The anticipated contract will be a Firm-Fixed Price (FFP) with options for additional periods, spanning from April 2027 to March 2032, with responses due by May 9, 2025. Interested parties, including small businesses, should demonstrate relevant experience, financial capability, and possess a SECRET facility clearance, and can contact Kayla Etheya at kayla.v.etheya.civ@us.navy.mil or Andrea West at andrea.v.west.civ@us.navy.mil for further information.
Preventative and Scheduled Service for DMG Mori Machines
Buyer not available
The Department of Defense, specifically the Fleet Readiness Center Southwest (FRCSW), is seeking proposals for preventative and scheduled maintenance services for eighteen DMG Mori machines located in San Diego, California. The contract will encompass preventative maintenance, emergent repairs, and scheduled service, adhering to the Original Equipment Manufacturer (OEM) standards to ensure optimal functionality of the equipment. This procurement is critical for maintaining the operational efficiency of military assets, with a contract type of Firm Fixed Price (FFP) expected to be awarded by December 9, 2024, at 4:00 PM EST. Interested vendors must submit their proposals via DoD Safe and can direct inquiries to Amanda Taylor or Tiffany Crayle at the provided email addresses.