Solicitation for Multiple Award Repair IDIQ - Submarine Corporate Component Repairs Program (CCRP)
ID: N0010425RF005Type: Solicitation
5 AwardsAug 11, 2025
$430M$430,000,000
AwardeeOCEANEERING INTERNATIONAL INC Chesapeake VA 23320 USA
Award #:N00104-25-D-B701
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP WEAPON SYSTEMS SUPPORT MECHMECHANICSBURG, PA, 17050-0788, USA

NAICS

Industrial Valve Manufacturing (332911)

PSC

VALVES, NONPOWERED (4820)
Timeline
    Description

    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract under the Submarine Corporate Component Repairs Program (CCRP). This contract, which spans a two-year base period with three optional years, aims to facilitate the repair of components for the Los Angeles and Virginia class submarines, utilizing either Cost-Plus-Fixed-Fee or Firm-Fixed-Price delivery orders. The procurement is critical for maintaining operational readiness and ensuring the availability of essential repair services for military assets. Interested contractors must submit their proposals by May 8, 2025, and are encouraged to reach out to primary contact Hannah Forsyth at hannah.m.forsyth.civ@us.navy.mil or secondary contact Madison Gray at madison.m.gray4.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as an amendment to a federal solicitation, specifically addressing changes and updates to an offer submission for a contract related to NAICS code 332911—Industrial Valve Manufacturing. It extends the deadline for responses to May 5, 2025, and provides answers to contractor inquiries regarding qualification requirements and subcontracting plans for large businesses. Key updates include clarifications on necessary qualifications for technical acceptability and the removal of certain compliance clauses from the solicitation. The document also updates Section K regarding annual representations and certifications, detailing the applicable provisions and necessary certifications required from offerors. The overall purpose is to streamline the bidding process by clarifying requirements and timelines while ensuring compliance with federal contracting regulations. The amendment is crucial for ensuring transparency and fostering competition among potential contractors, which aligns with governmental efforts to optimize procurement practices.
    The document addresses an amendment to a government solicitation regarding contractor qualifications for the Los Angeles Class Corporate Component Repair Program. It emphasizes the importance of acknowledging the receipt of the amendment before the specified deadline, stating that failure to do so may result in offer rejection. The amendment includes answers to contractor inquiries related to specific certification requirements, submission procedures, and formatting guidelines for proposals. Each certification listed is mandatory, with no substitutes accepted. Contractors wishing to obtain certifications must contact designated points of contact provided in the document. While vendors can have repair capabilities, submitting a proposal without complete knowledge of required certifications is not allowed. Lastly, it clarifies that while a "Proposal Adequacy Checklist" is needed under certain conditions, specific formatting for proposals is not strictly enforced beyond submission in digital formats like Word or PDF. This amendment serves to clarify requirements and processes for potential contractors, reinforcing compliance and detailed understanding for successful proposal submissions.
    This document serves as an amendment to an existing Request for Proposals (RFP) issued by NAVSUP Weapon Systems Support. The main purpose is to extend the closing date for submission of offers and to clarify eligibility regarding the use of digital signatures in proposals. The new deadline for responses to the solicitation is now set for May 8, 2025, at 4:00 PM EST. Additionally, the amendment addresses a contractor inquiry related to the requirement for the Standard Form 33 (SF33) to have an original signature. It confirms that a digital signature is acceptable, facilitating the submission process, especially as proposals are to be sent electronically. The document emphasizes the importance of acknowledging the amendment and stipulates that failure to do so may result in the rejection of offers. It outlines various methods for contractors to acknowledge receipt of the amendment, including sending a separate letter or including the acknowledgment in their offer. Overall, this amendment updates key details concerning the solicitation's process while clarifying submission requirements for contractors.
    This document is an amendment to a federal solicitation, detailing requirements for acknowledging receipt and making changes to offers. It emphasizes that offers must acknowledge the amendment prior to the specified deadline to avoid rejection. There are multiple methods for acknowledgement, including completing specific items on the form or sending a separate letter or electronic communication referencing solicitation and amendment numbers. Additionally, the amendment adds new clauses related to progress payments, specifically outlining the necessary updates for compliance. The document identifies administrative processes and clarifies that all conditions remain unchanged aside from the modifications specified. This amendment is crucial for maintaining clarity in procedures and ensuring proper progress payment guidelines in government contracts. The updates highlight the importance of adhering to state and federal regulations while facilitating effective project management for contractors and the government.
    This document outlines a comprehensive inventory of valves and related components, primarily ball valves, along with their respective quantities, nomenclature, and specific characteristics. The items are categorized by Federal Supply Class (FSC) codes and National Item Identification Numbers (NIIN), indicating their identification within federal procurement systems. Notable attributes include whether the items are designated as "subsafe" and their quantities. The report details various types of valves, including those with actuator assemblies and assemblies with specific hull and backup functionalities, confirming compliance with military standards. Items classified as "L1" signify adherence to safety and operational requirements, while entries marked "No" indicate exceptions from these classifications. This data serves critical functions in federal RFPs, grants, and procurement processes, ensuring that necessary components are readily available for military applications or government contracts, potentially enhancing logistical efficiency and operational readiness. The systematic breakdown into categories aids in procurement decisions and inventory management in compliance with governmental requirements.
    The document outlines the requirements for the "Contracting Officer Management Report," specifically detailing the monthly status report necessary for contractor performance evaluation under the authority of DI-MGMT-81864 (COMR). The report must be submitted electronically in a format compatible with Microsoft Office or Adobe PDF, with the first submission due within 60 days of the award of the contract and subsequent monthly submissions thereafter. The report's structure requires a description of progress against milestones during each reporting period and the categorization of costs by labor category rather than cost centers. The distribution statement restricts access to U.S. Government agencies solely for the purpose of contractor performance assessment. This document serves as a framework for managing contractor reports and ensuring oversight of contractual obligations in federal procurement processes, emphasizing the importance of accurate and timely reporting in contract management.
    The document outlines the requirements for the Depot Maintenance Cost Report (Data Item No. C001) that is part of federal contracting processes. This report falls under the authority of the Data Acquisition Document No. DI-FNCL-80462 and is categorized as a required data item under the contract reference specified in Section H. The report pertains to cost details related to depot maintenance activities and is prepared by the Purchasing Activity office. Key details include that submissions are required on an "as required" basis with no specific dates set for the first or subsequent submissions, and a distribution statement is necessary. It mandates compliance with DD Form 250 for the reporting and establishes that no additional remarks are needed for proper processing. The data item is to be acknowledged as both draft and final formats as warranted. The purpose of this document is to ensure that contractors provide essential cost data that will be used for financial tracking and accountability within government contracts, highlighting the importance of structured reporting in federal procurement.
    The Contracting Officer’s Management Report (DID: DI-MGMT-81864A) outlines the requirements for reporting on the progress and financial status of contract tasks. Approved on March 13, 2017, this report serves to document work completed, expenditures, and any existing or potential issues. The report must follow a specific format, including detailed sections covering work summaries, invoice information, and detailed project updates. Key elements of the report include a summary of tasks, expenditures categorized by labor and other direct costs, status updates on deliverables, identification of problem areas, and projections for future activities. Tables must illustrate labor hours, expenditures, and contract adjustments. This report is critical for effective management and oversight in federal contracts, ensuring accountability and transparency in the use of funds throughout the contract’s lifecycle. By adhering to these guidelines, contracting officers can maintain a clear view of project progress, address challenges, and facilitate informed decision-making across various program phases.
    The government document outlines a solicitation for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract issued by NAVSUP Weapon Systems Support for the repair and modification of spare parts for the U.S. Navy. It specifies a two-year base period with three option years, allowing for delivery orders based on either Cost-Plus-Fixed-Fee (CPFF) or Firm-Fixed-Price (FFP) arrangements. The contract has a minimum order value of $500 and a maximum cumulative order limit of $86 million across all awardees. Key elements include requirements for proposals from offerors, which must include cost and capacity assessment reports, as well as detailed procedures for cost reporting and delivery order placement. The document emphasizes the necessity for quality assurance through inspections, and unique item identification for traceability of delivered items. The solicitation seeks technically capable providers while ensuring fair competition and adherence to government pricing standards. With a focus on establishing a reliable source of repairs for critical military components, this contract reflects the government's strategic aim to maintain operational readiness through the support of domestic contractors in the defense sector.
    Similar Opportunities
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    5 year IDIQ All level 1 and SUBSAFE Material.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking offers for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply components for cable cutters and reel machines. This procurement includes critical items such as drum shafts, retention nuts, push rods, and various fasteners, all of which must meet stringent SUBSAFE and Level I material requirements as outlined in NAVSEA specifications. These components are essential for the operational integrity of naval equipment, ensuring safety and reliability in maritime operations. Interested vendors should contact John LaMotta or David Torres via email at david.torres22.civ@us.navy.mil for further details, with the contract expected to commence around May 30, 2026.
    C/KC130 Air Vehicle: Engine Module Repair
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should direct inquiries and requests for access to solicitation attachments to Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil.
    USS BLUE RIDGE 5C1 DSRA TYCOM 7 (YOKOSUKA, JAPAN)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS BLUE RIDGE (LCC-19) as part of a Drydocking Selected Restricted Availability (DSRA) project. This procurement involves a comprehensive package of work items, including structural repairs, system testing, and maintenance tasks, with a performance period scheduled from July 21, 2026, to June 20, 2028. The selected contractor must possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) and be authorized to operate in Japan, ensuring compliance with stringent safety and quality standards. Interested parties must submit their proposals by October 17, 2025, at 10:00 AM Japan Standard Time, and can request access to the detailed work specifications via email to the designated contacts.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    CARD CARRIER(VER 3)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the CARD CARRIER(VER 3), a component critical for military applications. The procurement requires qualified contractors to provide a Firm-Fixed Price (FFP) quote for the full repair effort, including teardown and evaluation, with a requested repair turnaround time of 150 days. This contract is vital for maintaining operational readiness and ensuring compliance with military standards, particularly as the items will be used on submarines and surface ships, necessitating strict adherence to quality and safety regulations. Interested vendors should submit their proposals, including any exceptions to the solicitation requirements, to the primary contact, Catherine H. Tran, via email at uyencatherine.h.tran.civ@us.navy.mil or by phone at 717-605-6805.
    N0038326RS050
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the renewal of a Long Term Contract (LTC) for consumable spares over a five-year term. This contract will cover eight National Item Identification Numbers (NIINs), including various repair kits and parts kits, with estimated quantities ranging from 25 to 5,000 units for each item. These items are critical for aircraft maintenance and repair, emphasizing the importance of sourcing from approved vendors under the authority of FAR 6.302-1, as government source approval is required for award. Interested vendors must submit a proposal along with the necessary documentation as outlined in the NAVSUP Source Approval Request (SAR) Brochure, which can be accessed online. For further inquiries, potential bidders can contact Sophia Noel at 215-697-3698 or via email at sophia.noel@navy.mil.
    COMPUTER SUBASSEMBL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of COMPUTER SUBASSEMBL units. The procurement aims to ensure the operational readiness of critical communication equipment by requiring contractors to provide comprehensive repair services, including addressing any damages or missing components, with a Repair Turnaround Time (RTAT) of 410 days. This contract is vital for maintaining the functionality of military communication systems, which are essential for national defense operations. Interested contractors must submit their proposals via NECO or email by December 17, 2025, and can reach out to BUC Owen McNamara at 215-697-3473 or via email at owen.m.mcnamara2.civ@us.navy.mil for further details.
    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 DDG-105 FY26 6C1 SRA(d)
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS DEWEY (DDG-105) during its scheduled maintenance period from March 30, 2026, to June 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Eligible contractors must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and are required to manage Government Furnished Material (GFM) while adhering to strict NAVSEA and SRF-JRMC standards. This procurement is critical for maintaining the operational readiness of naval vessels, ensuring they meet the necessary safety and performance standards. Proposals are due by January 2, 2026, with access to work specifications available through DoD SAFE upon request by December 22, 2025; interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil for further information.