Marine Boatyard Repair and Maintenance Support LOT II for the Mid-Atlantic Regional Maintenance Center
ID: N50054-24-R-0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMID ATLANTIC REG MAINT CTRNORFOLK, VA, 23511-2124, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for the Marine Boatyard Repair and Maintenance Support LOT II contract, aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area. The contractor will be responsible for delivering management, labor, material support services, and equipment necessary for depot-level repairs, alterations, and maintenance of various non-commissioned boats and associated systems. This contract is critical for ensuring the operational readiness of naval assets and will be awarded as a Firm Fixed Price/Indefinite Delivery Indefinite Quantity (FFP/IDIQ) contract, with a base year and four one-year ordering periods. Interested small businesses must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and can direct inquiries to primary contact Jake Grady at jake.a.grady2.civ@us.navy.mil or secondary contact Willie Ross at willie.r.ross.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The file details a five-year procurement plan for ship repair services, outlining labor rates and material costs for each year. The plan encompasses direct production labor hours and corresponding rates, with a notable increase in labor hours each year. The material burden rate is provided as a percentage, applied to the material costs, leading to a substantial overall cost year on year. This progression results in a significant evaluated price for the entire five-year period. Clarification on how to enter the labor rates and calculate costs is also included.
    According to this file, titled 'Contractor's Current Capacity,' an assessment of the contractor's capabilities and current workload is underway. The document seeks to comprehend their present resources, including vessels, equipment, and manpower. It also requests details on ongoing projects, their progress, and the allocation of resources, aiming to gauge the contractor's capacity to take on new work. The file prompts the contractor to provide specifics, including the start and end dates of current projects, the percentage of completion, and the proportion of equipment and manpower dedicated to each task. It also inquires about the potential for weekend and shift work, as well as any plans to redistribute resources from one project to another. Essentially, this file serves as a comprehensive audit to understand the contractor's present capacity and availability for undertaking new commitments.
    The file contains a reference list template for offerors responding to a government procurement solicitation. This form is used to provide a detailed account of the offeror's past performance on relevant contracts. It requests information on the contract numbers, values, periods of performance, and the offeror's delivery, quality, and corrective actions taken. This information is crucial for the government's source selection process, as it helps evaluate the offeror's suitability and past success in delivering similar services or products. Each referenced contract requires a completed form, which will then be used by the government to assess the offeror's past performance and its relevance to the current solicitation.
    The Mid-Atlantic Regional Maintenance Center (MARMC) has issued a Past Performance Assessment Questionnaire for a contractor's previous work. This evaluation is a key step in the procurement process, aiming to rate the contractor's performance in various areas before potentially awarding them a new contract. The assessment covers aspects like cost control, schedule adherence, quality of work, business relations, and management of key personnel. Respondents are required to provide detailed narratives supporting their assigned ratings. This information is crucial in determining the contractor's suitability and likelihood of successful performance on the new contract. The MARMC requests that all past performance questionnaires be completed by a strict deadline.
    The file contains detailed requirements and instructions for various aspects of ship maintenance and repair work, encompassing security protocols, environmental regulations, material handling, and work completion procedures. Notably, it addresses the accountability of man-hours and materials, outlining procedures for estimating and authorizing tasks, as well as reporting requirements for tracking work progress. Additionally, it mandates the development of a comprehensive Event Readiness List (ERL) to facilitate work planning and certification. Security measures within the Norfolk Naval Shipyard are detailed, covering badging procedures, vehicle access regulations, and material movement control. Furthermore, the file emphasizes the importance of environmental compliance, outlining requirements for managing hazardous materials, waste disposal, and spill contingency plans, with specific mentions of OSHA, EPA, and DOT regulations. Ship-specific instructions are provided for general work procedures, emphasizing the prevention of discharges and proper materials handling. Overall, the file meticulously outlines the procedural and regulatory aspects ship repair and maintenance, ensuring adherence to security, environmental, and operational protocols.
    The file details stringent security measures for protecting US Naval assets, primarily focusing on perimeter control and access barriers. It mandates physical barriers, such as fences and gates, augmented by security personnel, with specific height and access requirements. Closed-circuit television systems, protective lighting, and security force communications are also outlined. Signage, access control, and random antiterrorism measures further strengthen security. Additionally, dedicated waterborne security boats, with specified characteristics and equipment, are to be employed for naval asset protection, ensuring a continuous presence and rapid response. These measures aim to safeguard naval facilities, vessels, and personnel, with the severity of security protocols depending on the threat level.
    The file details an extensive list of boats and crafts required for various government operations, encompassing both military and civilian applications. It includes a wide range of vessels, from special operations craft, patrol boats, and tugs to dry docks, barges, and causeway sections. The list is divided into different sections, distinguishing between applicable boats, service crafts, and lighterage systems. Each section contains numerous craft types, with detailed descriptions of their functionalities and capabilities. The document serves as a comprehensive guide to the diverse maritime vehicles and equipment needed for diverse government missions, offering a crucial resource for procurement decisions in naval operations, law enforcement, and emergency response.
    The Mid-Atlantic Regional Maintenance Center (MARMC) seeks a contractor to provide boatyard and industrial support for non-commissioned boats, craft and associated systems within a 100-mile radius of Norfolk, Virginia. Services required include management, labour, supplies and equipment for modifications, upgrades, repairs and periodic maintenance. This fixed-price contract covers a wide range of tasks, from quick response support and alteration installation to quality control and logistics. With a focus on hull, mechanical, electrical and electronic systems, the contract aims to ensure operational readiness. Contractors must submit to a rigorous quality assurance system and adhere to safety and environmental regulations. The contract allows for unpriced change orders and conditions found reports, with strict guidelines for submission and approval. Base access, IT connectivity and daily coordination with the TPOC are also critical aspects of the procurement.
    The document is a solicitation for a Marine Boatyard and Maintenance Support contract issued by the Mid-Atlantic Regional Maintenance Center (MARMC). The contractor is required to provide management, labor, material support services, and equipment for repairs, modifications, and maintenance of non-commissioned boats, craft, and associated systems within the Hampton Roads Area. Key deliverables include adherence to federal, state, and local regulations, as well as a structured approach to quality assurance, with responsibility for all labor and management related to the contract. The scope covers preventative maintenance, repair tasks, and technical assistance, ensuring compliance with applicable standards. The contract includes detailed requirements for work authorization, safety measures, and communication channels between the contractor and government representatives. The contractor must also utilize the Navy Maintenance Database for reporting and coordination purposes. Overall, this solicitation emphasizes the need for skilled labor, material sourcing, and effective project management to fulfill critical maintenance and repair needs of the Navy’s assets while ensuring safety and regulatory compliance.
    The document outlines the amendment of a solicitation/modification of a contract issued by the Mid-Atlantic Regional Maintenance Center (MARMC) for Marine Boatyard and Maintenance Support. It specifies the requirements for a contractor to provide management, material support, and skilled labor for the repair and maintenance of various vessels, particularly non-commissioned boats and their systems, within the Hampton Roads area. The amendment updates the due date for submittals and the Statement of Work, emphasizing compliance with federal and local regulations. Key responsibilities include off-site maintenance or minor repairs on-site, maintaining government property, and ensuring technician qualifications. The contractor must manage and report on repairs, provide safety oversight, and ensure environmental compliance throughout operations. Specific tasks highlight the need for quick response support, pre-installation surveys, and materials management, along with a requirement for a quality assurance program. The project emphasizes the need for adequate facilities, trained personnel, and adherence to safety and environmental protocols. Overall, this amendment ensures a structured approach to maintaining operational readiness of the Navy's vessels while upholding safety and quality standards.
    The government requests clarification on specific paragraphs and pages of Solicitation No. N50054-24-R-0008 titled "Marine and Boatyard Maintenance Support LOT II MAC IDIQ." This clarification process involves corresponding with the designated MARMC POC, Jake Grady, and providing responses to numbered questions. The contractor must forward all requests to both Kevin Cooper and Willie Ross, while also indicating the corresponding title, paragraph number, and page number for each inquiry. The file primarily consists of a comprehensive exchange between the government and contractors, aiming to provide concise responses to each question. The clarification process appears focused on obtaining precise and thorough information regarding the procurement's requirements and expectations.
    Similar Opportunities
    Marine Boatyard Repair and Maintenance Support LOT I for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for a Marine Boatyard Repair and Maintenance Support contract (N50054-24-R-0007) aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area, primarily within a 100-mile radius of Naval Station Norfolk, Virginia. The contract will be structured as an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC), with a base year and four one-year ordering periods, focusing on depot-level repairs, maintenance, and alterations, while ensuring compliance with safety and environmental regulations. This procurement is designated as a Total Small Business Set-Aside, with the applicable NAICS code being 336611 (Ship Building and Repair), and interested contractors are required to submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) solicitation module by the specified deadlines. For further inquiries, contractors may contact Jake Grady at jake.a.grady2.civ@us.navy.mil or Kevin Cooper at kevin.r.cooper20.civ@us.navy.mil.
    Hull, Mechanical, and Electrical Repair/Maintenance IDIQ for the Mid­-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC) focused on hull, mechanical, and electrical (HM&E) repair and maintenance for various U.S. Navy vessels. The contract aims to fulfill repair, maintenance, modernization, and sustainment requirements primarily within a 50-mile radius of Naval Station Norfolk, Virginia, with potential tasks extending across the continental United States. This procurement is critical for maintaining the operational readiness of the Navy's fleet and is set aside exclusively for small businesses, with a total contract value projected at approximately $10 million over five years. Interested contractors must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, and inquiries can be directed to Jake Grady or Donald Bowers via their provided email addresses.
    J--Boat Preventative Maintenance and Repair
    Active
    Dept Of Defense
    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.
    J--Boat Preventative Maintenance and Repairs
    Active
    Dept Of Defense
    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.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    FRT Boat Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard in Kittery, Maine, is seeking sources capable of providing maintenance services for Facility Response Team (FRT) boats as outlined in the attached Statement of Work (SOW). The contractor will be responsible for preventative maintenance and repair of six FRT vessels and associated trailers, requiring certified technicians, secure storage, and timely service responses, with written estimates mandated prior to commencing work. This maintenance is crucial for ensuring the operational readiness and safety compliance of the vessels, which play a vital role in naval operations. Interested parties must submit their responses, including company information and capabilities, in PDF format to Contract Specialist Steven Carlberg at steven.w.carlberg.civ@us.navy.mil by 2:00 PM EST on August 19, 2024, as this notice is for market research purposes only and does not constitute a solicitation.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    Preservation, Hull, Mechanical, and Electrical/Electronic Repairs - VBSS 11MRX1101 and 11MRX1102
    Active
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking small business contractors for the preservation, hull, mechanical, and electrical/electronic repairs of two Visit, Board, Search, and Seizure (VBSS) boats, identified as hull numbers 11MRX1101 and 11MRX1102, located in San Diego, California. The project requires comprehensive repairs including engine maintenance, electrical system upgrades, and compliance with OEM specifications, with work to be performed within a 125-mile radius of the 32nd Street Naval Base. This initiative is crucial for maintaining the operational readiness of the Navy's marine vessels, ensuring adherence to safety and regulatory standards throughout the repair process. Interested vendors must submit a capabilities statement by September 17, 2024, to Roxana Lopez at roxana.a.lopez2.civ@us.navy.mil, with additional contacts provided for inquiries.
    Rotational Deployment Mechanism (RDM) Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, is soliciting proposals for the refurbishment of the rotational deployment mechanism (RDM) unit for a Virginia Class submarine. This procurement aims to secure a Firm Fixed-Price contract with Curtiss-Wright Electro-Mechanical Corporation, following a sources sought notice that indicated no capable sources were available to meet the requirement. The refurbishment services are critical for maintaining the operational readiness of the submarine fleet, and interested parties must request the solicitation by contacting the primary and secondary points of contact, Jodie Tramuto and Megan Ho, via email. All proposals must comply with the established CLIN structure and be submitted by the specified deadlines, with the requirement that all responding firms are registered with the System for Award Management (SAM).
    USNS LEROY GRUMMAN FY25 MTA-DD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is soliciting proposals for the Midterm Availability and Dry-Docking of the USNS Leroy Grumman (T-AO 195) scheduled to commence on March 18, 2025, for a duration of 135 days. This contract is set aside for small businesses under the SBA guidelines and falls under the NAICS code 336611, which pertains to Ship Building and Repairing. The services sought are critical for maintaining the operational readiness and safety of naval vessels, ensuring they meet the necessary standards for continued service. Interested parties can reach out to Austin Amory at austin.amory@navy.mil or by phone at 757-927-6895 for further details regarding the solicitation.