IX527 Barge Overhaul
ID: N00165725Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division, is seeking proposals for a firm fixed-price contract to provide Preservation, Inspection, Repair, and Maintenance (PIRM) support services for the IX527 Barge located in Ketchikan, Alaska. The procurement aims to ensure the structural integrity and functionality of the barge, which is vital for naval operations, by requiring contractors to perform safe docking, thorough inspections, and compliance with regulatory standards while maintaining effective communication with government representatives. Interested contractors must submit their quotes by November 18, 2024, and can direct inquiries to Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or by phone at 757-469-6784.

    Point(s) of Contact
    Files
    Title
    Posted
    The Project Planning Chart (DI-MGMT-80507C) provides essential guidelines for documenting the schedule and actual progress of work on government contracts. Approved on April 14, 2009, it serves as an attachment to status reports, illustrating accomplishments relative to project timelines. The chart must be contractor-generated, depicting both scheduled and actual progress for various tasks, including software development stages like Design and Acceptance Testing. Each task is represented graphically with milestones, progress percentages, and essential project dates, ensuring comprehensive tracking of performance. Key requirements include the maintenance of records, such as manhours and financial expenditures, for each reporting period, which helps in assessing the contract's performance. The directive emphasizes clarity and accuracy in depicting contract efforts, highlighting the importance of robust project management in federal, state, and local RFPs and grants. Overall, the chart is a vital tool for accountability and progress assessment in government contracting.
    The document relates to the Defense Logistics Agency's (DLA) platform for federal requests for proposals (RFPs) and grants. It emphasizes the importance of the DLA's assistance in streamlining procurement and grant management for both federal and local entities. Essential components include guidelines for submitting RFPs, eligibility criteria for grants, and detailed procedures for prospective bidders. The focus is on ensuring transparency, encouraging competition, and facilitating efficient allocation of government resources. The document provides a structured approach for potential applicants, outlining necessary steps from initial inquiry to proposal submission and contract execution while underscoring compliance with federal regulations. It serves as a critical resource to optimize the process for government and community-based projects, reflecting the DLA's commitment to enhancing operational effectiveness and collaboration across various levels of government.
    The document outlines the requirements for a Vessel Docking and Undocking Plan (DID Number DI-MGMT-82094) to ensure safe docking and undocking procedures for government vessels. The plan is crucial for government review and approval before each vessel operation and must include specific docking procedures and safety measures tailored to the characteristics of the docking site. Key components include operating practices, safety and security plans, and detailed plans regarding docking locations and block configurations. Moreover, the plan needs a scaled drawing showing block sizes and placements, ensuring that at least 90% of the docking blocks align with the vessel's structural integrity features. The document serves as a guideline for contractors to prepare their plans in compliance with the necessary safety and operational standards, emphasizing the importance of careful planning and assessment in maritime operations.
    The document serves as a framework for federal and state/local requests for proposals (RFPs) and grants, outlining the guidelines and processes for agencies and entities seeking funding or project opportunities. It emphasizes the importance of adhering to regulatory standards in submissions, ensuring transparency, and fostering competition among applicants. Key components mentioned include eligibility requirements, submission timelines, and evaluation criteria that will guide decision-making. The structure promotes clarity in communication between the government and prospective contractors or grant recipients, aiming to establish a fair and efficient procurement process. The document ultimately underscores the government's commitment to responsible spending and quality service delivery, preparing channels for potential partnerships and community enhancements through funded projects.
    The Certification Data Report, designated as DI-MISC-82386, is a government document outlining the requirements for certifying qualifications, installations, inspections, and operational readiness of equipment and systems associated with federal contracts. It serves as proof that contractors have met specific standards, including facility readiness and personnel qualifications. Key elements of the report include the need for a narrative-style submission detailing the contract number, certification purpose, objective evidence for compliance, and signed confirmation from an authorized representative. The report mandates that all technical content must align with specified military specifications and includes detailed procedures for documenting tests and inspections. The data item emphasizes the importance of objective evidence for certification, through supporting documentation like reports and licenses. The guidelines presented relate to federal and local RFP processes, ensuring contractors demonstrate compliance with technical and regulatory requirements for efficient project execution. By providing a framework for collecting and presenting essential certification information, the report aids in the overall assessment and management of federal contracts.
    The Government Property (GP) Inventory Report, identified as DI-MGMT-80441D, serves as a standardized documentation tool for contractors to provide the Department of Defense (DoD) with an inventory of Government Furnished Property (GFP) and Contractor Acquired Property (CAP) in their possession, including that of subcontractors. This report is essential for contracts involving government property and outlines the necessary format and content specifications for effective inventory reporting, superseding the previous version (DI-MGMT-80441C). The report must be submitted in an electronic format (.xls or .xlsx) and includes specific data fields such as contract number, descriptions of items, asset identification numbers, acquisition costs, asset location, property classification, and federal condition codes. It aims to ensure accurate tracking and accountability of government assets throughout the lifecycle of a contract, enhancing overall property management within federal operations. This document directly relates to the larger context of government requests for proposals (RFPs) and grants, providing critical parameters for contractors managing government resources.
    The document titled "Welding Procedures" (DI-MISC-80875A) serves as a directive for the preparation and submission of welding procedures used by contractors engaged by the government. It outlines the necessary content and format required for these procedures to ensure compliance with specific contract requirements and established welding standards. Contractors must include essential details such as their name, contract number, and approval signatures on a title page. Additionally, welding procedures must adhere to the standards specified in document S9074-AQ-GIB-010/248, which details procedural requirements. The aim of this Data Item Description is to facilitate government oversight of welding responsibilities and practices of contractors and their subs, ensuring safety and quality in compliance with contractual obligations. The document supersedes a previous version and highlights the importance of properly documenting welding methodologies for review and approval by the government.
    The document outlines the requirements for the Certification Data for Non-Nuclear Level I Material, designated as DI-MISC-81020A. Its main purpose is to establish vendor certification reporting criteria for chemical composition, mechanical properties, and traceability associated with Level I material intended for government use. The document specifies requirements for format and content, including quantitative data and traceability from raw material through fabrication. Important stipulations include the need for certification data to be presented on official letterhead, the requirement for signatures from authorized representatives, and procedures for re-certification if materials undergo processes affecting their properties. Translation of foreign certifications and conversion of measurement units to contract specifications are also mandated. This document is part of government procurement practices, helping to ensure that materials meet specific standards for safety and performance. It aims to streamline communication between vendors and the government, supporting compliance with contractual obligations while promoting quality assurance in federally funded projects.
    MIL-STD-8047 outlines the quality assurance and shelf-life extension testing protocols for paints, sealers, adhesives, and related products used within the Department of Defense (DoD). The document establishes minimum procedures to ensure the conformity to technical standards and optimal product performance for military applications. It details quality assurance roles, testing methodologies, compliance with hazardous material regulations, and personnel competencies across all Military Services. Key sections cover applicable documents, definitions of critical terms, and general and detailed requirements for product testing and storage. The standard emphasizes the importance of sampling methods, testing frequency, and laboratory approvals to uphold product integrity. It specifies the need for proper packaging, handling precautions, and adherence to safety regulations to mitigate risks of contamination and deterioration. Particularly, the document serves as an authoritative guide for extending the shelf-life of Type II products, allowing for laboratory results to validate product suitability for extended use. The thorough procedures detailed in this standard safeguard not only the integrity of military supplies but also ensure compliance with federal quality assurance mandates, supporting the DoD's logistics and supply chain efficiency.
    The Technical Data Report (TDR), outlined in the document numbered DI-MGMT-82165, is a key component of the Department of Defense's (DoD) Cost, Software, and Data Reporting (CSDR) system. Its primary objective is to collect and compile technical data used for various analysis efforts including cost estimations, program reviews, and lifecycle costs associated with DoD acquisitions. The TDR ensures accuracy in reporting technical parameters and is structured into four data groups: Report Metadata, DD FORM 2794 Data Elements, Technical Data Parameters, and Technical Data WBS Mapping ID. This reporting is mandatory throughout contract lifecycles, especially during the Operating and Support phase, and it facilitates systematic evaluations by program managers, systems engineers, and cost estimators. It emphasizes meeting the guidelines and directives established by several pivotal DoD instructions and manuals. The overall purpose of the TDR is to support informed decision-making in defense program management, ensuring data integrity and alignment with acquisition requirements. Compliance with the outlined preparation and submission protocols is essential for effective implementation of the TDR.
    The document outlines the "Repair Procedure" (DI-MGMT-81910), detailing its requirements for contractors tasked with performing work specified in a government contract. It includes essential guidelines for the document's format and content, which must encompass a cover page, certification details, purpose, applicability, general notes, references, materials, tools, responsibilities, work procedures, reporting, and testing requirements. Additionally, it mandates a list of revisions, including revision numbers, dates, and affected pages. The procedure must be submitted as a PDF. This description ensures that contractors provide structured, consistent documentation for repair tasks, essential for compliance with federal regulations within the context of government contracts and project management. The procedure aims to support clarity, accountability, and effective communication throughout the contract execution process.
    The document titled "Test Procedure" (DI-NDTI-80603A) outlines the systematic framework for conducting testing on items undergoing developmental, qualification, or acceptance evaluations. It serves as a guide for contractors to prepare technical data products, detailing the step-by-step procedures required for various tests. The format should be on 8.5 x 11-inch paper, allowing for easy modification. Key elements include a cover page with essential identification information, a record of changes, and a table of contents. Each test procedure requires a unique identification number, purpose, related specifications, test requirements, necessary test equipment, and a structured step-by-step outline of the testing process. Safety warnings, data sheets for recording measurements, and support requirements for conducting tests are also specified. This document is crucial for federal contracts that mandate testing for product development and validation, ensuring standardized procedures that support compliance and quality assurance in government procurement processes. The emphasis on documentation and structured testing guidelines reflects best practices in federal grants and RFPs, crucial for evaluating the performance and reliability of various systems and equipment.
    The provided government document appears to consist of cryptic and garbled text with no clear or coherent information. It seems to lack meaningful content related to federal RFPs, grants, or any state/local initiatives. Due to the unstructured nature of the text, it is not possible to extract a main topic, key ideas, or supporting details as intended in typical RFP or grant documentation. The document's format suggests possible data corruption or encoding issues, rendering it ineffective for analysis. Consequently, without additional context or legible content, a comprehensive summary cannot be produced as it fails to convey pertinent information regarding government requests for proposals or related grants.
    The document titled "Product Engineering Design Data and Associated Lists" (DI-SESS-81000F) serves as a guideline for the preparation and submission of engineering data necessary for the procurement and maintenance of military systems. This Data Item Description outlines the format and content instructions for design data, emphasizing the need for comprehensive technical descriptions that enable competitive acquisition and manufacturing. Applicable primarily to military acquisitions, it indicates that the guidelines should be adapted to meet the minimum data needs of specific contracts. Key requirements include compliance with established military standards (MIL-STD-31000) and adherence to documentation standards such as ASME Y14 series for engineering drawings. The submission must include critical details such as dimensional, performance, and material specifications, as well as documentation of manufacturing processes and quality assurance measures. Additionally, it specifies how to document product details and outlines the identification processes for contractors, ensuring all engineering data is accurately organized. The document emphasizes the importance of tailoring requirements based on the complexity and specific needs of individual contracts, supporting the seamless transition through various phases of the Department of Defense's material life cycle.
    The document outlines the Contract Data Requirements List (CDRL) for a specific federal contract related to project planning support for the Naval Surface Warfare Center (NSWCCD). It emphasizes the necessity for contractors to deliver a comprehensive initial project schedule that includes key milestones such as kickoff dates, dry dock availability, and work completion dates. The project schedule must be provided weekly and initially submitted at the time of contract award, ensuring that updates are communicated effectively before the shipyard availability period. The distribution statement restricts the document's dissemination to authorized Department of Defense personnel and contractors for operational use only. Key contacts for schedule submissions are provided, and the document highlights compliance requirements for reporting and record-keeping associated with the contract.
    The document outlines the Contract Data Requirements List (CDRL) associated with a federal government contract, specifically for a project involving weekly digital imaging support. It includes essential details such as contract line item numbers, required submissions, distribution statements, and approving officials. The contractor is mandated to provide a digital imaging report every Friday, documenting progress until the contract's conclusion. Additionally, photographs need to be submitted via compact disk to designated points of contact within the Department of Defense. The distribution of this information is limited to the DOD and U.S. contractors for operational use, highlighting the contract's confidentiality. Overall, the document is structured to ensure compliance with reporting obligations while managing project oversight within the framework of federal contracting processes.
    The provided document outlines the Contract Data Requirements List (CDRL) for a specific U.S. Department of Defense project. It details the contractual requirements for a vessel docking and undocking plan under the authority of the Naval Surface Warfare Center. It specifies submission responsibilities, outlining that the contractor must provide a draft plan for review and a final copy following approval no later than five business days before a docking conference. The distribution of the document is restricted to the Department of Defense and contractors for operational use. The form includes sections for necessary contractual information, including contact points for submitting copies of the plan. The overall aim is to ensure compliance with defined standards, facilitate communications, and manage logistical preparations for the vessel's operations effectively. This document illustrates the structured process involved in federal contracting, emphasizing the necessity of accurate documentation and timely submissions within government projects.
    The government file appears to contain fragmented and unreadable content, potentially indicating data corruption or an issue with text encoding. Consequently, it lacks clear information regarding specific requests for proposals (RFPs), federal grants, or state and local initiatives. Key details about project scopes, funding opportunities, or grant information that typically characterize such documents are absent. The file’s structure does not provide a coherent outline of topics or themes, rendering it challenging to extract any meaningful insights or summarize effectively. This situation suggests the need for retrieval or reconstruction of the original document in a readable format to facilitate proper analysis and comprehension of the intended government initiatives. The focus on RFPs and grants underscores the importance of accessible and well-organized government documentation for stakeholders and applicants in quest of funding or contractual opportunities.
    The document outlines the CONTRACT DATA REQUIREMENTS LIST (CDRL) essential for managing contractual obligations in the Department of Defense (DoD) regarding a project linked to the NSWCCD, specifically concerning personnel qualifications. It requires contractors to provide certification reports verifying that their personnel meet specific qualifications necessary for the designated work. These reports should be submitted electronically to designated Points of Contact (POCs) at the time of contract award. The distribution of this information is restricted to the DoD and its contractors for administrative or operational use. The documentation serves to assure that only qualified personnel engage in operations and inspections under this contract, ensuring compliance with applicable standards. This process aligns with broader government practices of maintaining transparency, accountability, and adherence to qualification standards in federal contracts.
    The document outlines the requirements and processes for submitting a Government Furnished Property Baseline Report as part of a military contracting arrangement. The Contractor is instructed to utilize a provided MS Excel Tracking Template specifically for reporting on Government Furnished Property without including Contractor Acquired Property. The initial report must be submitted within 30 days of contract award, with subsequent submissions required every three months. Delivery is to be made via encrypted email or, if the file size exceeds limits, through a secure military file exchange. Distribution is restricted to Department of Defense personnel and associated contractors for administrative use. The document outlines specific points of contact for report submissions and emphasizes the importance of adhering to these guidelines in the maintenance and reporting of government property. This process is part of the broader context of federal contracting and grants management, ensuring accountability and effective management of government resources.
    The document outlines the Contract Data Requirements List (CDRL) for a government contract, specifically detailing the requirements for welding procedures to be provided by the contractor. It addresses the estimated burden on respondents and the process for submitting the required data items to the Government Issuing Contracting Officer. The contractor must submit welding procedures to the Government prior to work, allowing for Government acceptance or necessary updates within a stipulated timeframe. Relevant points of contact are identified for electronic submission of the documents. The primary purpose of this document is to ensure compliance with established protocols for data submission in government contracting, facilitating effective communication and oversight between the contractor and the Department of Defense. This is indicative of the structured approach mandated within government RFPs and grants to uphold quality and regulatory standards in contractor performance.
    The document outlines the Contract Data Requirements List (CDRL) for a specific contract issued by the Department of Defense. It specifies the government's need for contractors to provide a list of new materials before installation; such materials require prior government approval. This is a critical measure to ensure compliance with regulations and standards. The document also includes administrative details such as the contract line item number, requiring office, contractor information, and distribution statements, along with established points of contact (POCs) for material submission. The distribution of this document is limited to the Department of Defense and its contractors for operational purposes. The submission deadlines for material lists are also indicated, emphasizing the government's need for timely approvals. Overall, this CDRL ensures that new materials used in contracts meet safety and operational requirements before implementation.
    The document outlines the Contract Data Requirements List (CDRL) pertaining to a government contract for Quality Assurance and Shelf-Life Extension Testing for paints, sealers, adhesives, and related products. It details the responsibilities of the contractor, including the submission of a Paint Quality Assurance Plan at the time of contract award. Key sections include contractor identification, contract reference data, distribution statements, and submission timelines for the required documents. The distribution statement indicates that the document is authorized solely for Department of Defense and U.S. DOD contractors' use for administrative or operational purposes. The designated points of contact for electronic delivery of the Paint Quality Assurance Plan are also provided. This CDRL plays a critical role in ensuring that contractors meet specified quality assurance requirements, which is essential for the integrity of materials used in defense applications.
    The document is a Contract Data Requirements List (CDRL) associated with a Department of Defense (DoD) contract, focusing on the submission of technical data reports by the contractor. The primary requirement involves providing a total of six sounding tables, each pertaining to specific confined spaces identified in the Statement of Work (SOW). The contractor must prepare these sounding tables for government representatives upon completion, with digital copies submitted to designated officials, including Jennifer Kelso and Eric Simon. The distribution of these documents is limited to the DoD and authorized contractors, reinforcing their sensitive nature. The document outlines various administrative details, such as contract references and submission dates, emphasizing the contractual obligations tied to the technical data requirements. Overall, this CDRL ensures compliance with reporting standards and facilitates accurate data handling for operational purposes within the naval framework.
    The document is a Contract Data Requirements List (CDRL) related to a project involving the repair and management of specific systems or items under the jurisdiction of the Department of Defense (DoD). It outlines the requirements for submitting data items as part of a contractual agreement, referencing necessary authorities, frequency of submissions, and distribution protocols. The key focus is on the contractor's obligation to provide detailed repair plans for governmental approval according to the outlined Statement of Work (SOW). Notable individuals for electronic approval of the repair plans include Jennifer Kelso and Eric Simon from the Navy. The document underscores the administrative use of the information, highlighting a specific distribution statement that limits access to DoD and U.S. DOD contractors. Overall, this CDRL serves as a formal mechanism to ensure compliance with contract obligations concerning data submission processes and project oversight.
    The document outlines the requirements and purpose of a Contract Data Requirements List (CDRL) associated with a government contract for corrosion testing of aluminum bronze and nickel-aluminum bronze components. The CDRL specifies that the contractor must produce a Corrosion Test Plate Inspection Book, which will serve as a reference for future inspections. This inspection book must detail each test plate, including identification and data as outlined in the contract. The process includes submitting a draft of the inspection book for government approval, addressing any feedback received, and providing the final version. The distribution of the document is limited to the Department of Defense and certified contractors, with other requests to be managed by the Carderock Division of the Naval Surface Warfare Center. The timeframe consists of initial submissions and revisions, with specific government representatives assigned to oversee the documentation process. This CDRL is a formal requirement for ensuring compliance and operational efficiency in managing corrosion in military equipment.
    The document outlines the Contract Data Requirements List (CDRL) related to a government contracting process, detailing the necessary data submission and reporting requirements for contractors. Specifically, it addresses the provision of a written test procedure by the contractor to ensure the proper operation of all components installed in a system. Upon government approval, the contractor must execute testing based on this procedure and report the results. The submission of test procedures is mandated to occur 15 days prior to testing. Distribution of this document is restricted to the Department of Defense (DOD) and authorized contractors for administrative purposes. Additionally, electronic submissions must be sent to designated government representatives, underscoring the structured compliance expected from contractors in federal and defense-related projects. The document serves to communicate the expectations and responsibilities of contractors in relation to testing and reporting, thus ensuring operational integrity within the framework of government contracts.
    The document outlines the Contract Data Requirements List (CDRL) for a specific contract involving the provision of Safety Data Sheet (SDS) Reports related to a barge at the Naval Surface Warfare Center. It specifies a variety of elements including contract line item numbers, data item titles, authority references, distribution statements, and the required frequency of submissions. The contractor is mandated to provide qualification certifications at the time of the contract award and submit SDS Reports electronically to designated points of contact. The distribution of the document is limited to the Department of Defense and authorized contractors for administrative or operational use only. This CDRL serves to ensure that the necessary safety information and compliance requirements are met, aligning with federal standards for contractor documentation and oversight within the context of government procurement and operational safety.
    The CONTRACT DATA REQUIREMENTS LIST (CDRL) outlines the essential data requirements for a specific government contract related to the design and engineering of products. It includes a series of categories, including the type of data to be provided, contract references, frequency of submissions, and specific requirements such as drawings detailing zinc locations. The document specifies that safety data sheets must be electronically submitted to designated points of contact within the Department of Defense. This CDRL serves as a critical framework for contractors, detailing compliance measures and documentation needed throughout the contract lifecycle. The overall purpose of this document is to ensure that the contractor delivers all necessary information in a timely manner while adhering to regulatory standards, thus facilitating the effective management and oversight of the contracted project. The document emphasizes the importance of accurate information dissemination to the relevant government bodies while stating the stringent requirements for electronic submissions and distribution limitations.
    The document serves as a combined synopsis and solicitation for the Naval Surface Warfare Center Carderock Division's requirement for preservation, inspection, repair, and maintenance (PIRM) services for the IX527 Barge located in Ketchikan, Alaska. This RFQ seeks quotes for various services outlined in a detailed specifications list, including temporary services, docking plans, structural modifications, and various maintenance tasks related to the barge. The procurement is not set-aside for small businesses and has a submission deadline of November 18, 2024. Key requirements include the contractor’s responsibility for safe docking, proper inspections, and compliance with regulatory standards, while ensuring ongoing communication with designated government representatives. Additionally, documentation such as project planning schedules and detailed maintenance guidance is necessary for project success. The objective emphasizes maintaining the structural integrity and functionality of the IX527 while adhering to federal procurement regulations. This initiative reflects the government's commitment to effectively manage and preserve vital marine assets.
    Lifecycle
    Title
    Type
    IX527 Barge Overhaul
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to provide comprehensive dry-dock repair services for the 140-foot Inland Ice Breaker Tugs (WTGB) and 120-foot Barges under a firm-fixed-price indefinite delivery indefinite quantity (IDIQ) contract for fiscal years 2024-2029. The procurement requires contractors to deliver all necessary facilities, materials, equipment, personnel, and services for both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This initiative is crucial for maintaining the operational readiness and safety of U.S. Coast Guard vessels, particularly in the Great Lakes region where seasonal constraints affect vessel movement. Interested small businesses must submit proposals by October 25, 2024, and can direct inquiries to Diego Avila at diego.j.avila@uscg.mil, with an estimated contract value of approximately $26 million.
    Mina Salman Pier Services Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Bahrain, is seeking qualified vendors to provide pier services at the Mina Salman Port in the Kingdom of Bahrain. This procurement is anticipated to result in a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, featuring fixed price Contract Line Item Numbers (CLINs), Sub-Line Item Numbers (SLINs), and Estimated Line Item Numbers (ELINs). The services are critical for supporting naval operations in the region, and only vendors authorized to operate in Bahrain are eligible to submit proposals. Interested parties must submit their proposals by November 25, 2024, at 10:00 AM Local Bahrain Time, and can obtain the Request for Proposal (RFP) by contacting Ryan Decena or Lisbon Dennis via the provided email addresses.
    BARGE SERVICES FOR REFUELING THE USS CARL VINSON (CVN-70)
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is seeking proposals for JP5 barge fueling services for the USS Carl Vinson (CVN-70) scheduled for deployment. The contractor will be responsible for delivering approximately 374,000 gallons of JP5 fuel daily from November 4 to November 8, 2024, ensuring safe loading and transfer of fuel without any equipment provided by the Government. This procurement is critical for maintaining the operational readiness of the Navy, reflecting the importance of timely fuel delivery for flight operations. Interested small businesses must submit their proposals by October 29, 2024, and can direct technical questions to Chelsey Hernandez-Guevara at chelsey.l.hernandez-guevara.civ@us.navy.mil.
    Sources Sought Material Kitting: N4523A25R1304
    Active
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), is seeking qualified contractors for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on material ordering, kitting, and shipping services. The primary objective is to provide comprehensive material support for U.S. Naval vessels, including the procurement of materials for surface ship availabilities and maintaining accurate tracking and reporting of material progress. This initiative is crucial for enhancing the operational efficiency of the Navy's logistics framework and supporting ship modernization efforts. Interested parties must submit their responses by November 25, 2023, at 5:00 PM PT, and can direct inquiries to Kenny Vilayvong or Jesse Schimke via email.
    USCGC Juniper Dockside Repairs FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for dockside repairs on the USCGC JUNIPER (WLB-201) for fiscal year 2025. The procurement requires contractors to provide all necessary labor, materials, and equipment to perform various ship repairs, with the contract period set from January 7 to March 18, 2025. This opportunity is critical for maintaining the operational integrity of the vessel, which serves as a 225-foot oceangoing buoy tender. Interested small businesses must submit their quotes electronically by November 19, 2024, and direct any inquiries regarding the solicitation to the designated contacts by November 1, 2024. For further details, vendors can reach out to Catherine Chan at Catherine.K.Chan@uscg.mil or Timothy Shuhart at Timothy.M.Shuhart@uscg.mil.
    FORD-class Dry Docking Capability Request for Information
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Program Executive Office Industrial Infrastructure (PEO II), is seeking information regarding the construction and operation of a FORD-class dry docking capability on the West Coast of the United States, specifically in California, Oregon, Washington, or Hawaii. The Navy aims to establish a dry dock that can accommodate FORD-class aircraft carriers and other Navy vessels for scheduled maintenance and emergent repairs, with specifications including a length of 1,210 feet, a width of 210 feet, and a docking displacement of 100,000 long tons. This initiative is crucial for enhancing the Navy's maintenance capabilities and may involve a public-private partnership where a commercial entity would build, own, and operate the dry dock, while also allowing for commercial use when not servicing Navy vessels. Interested parties are encouraged to submit their responses and inquiries to Majella Stevenson at majella.d.stevenson.civ@us.navy.mil or Anthony O'Rourke at anthony.c.orourke.civ@us.navy.mil, with no specific deadline mentioned for submissions.
    FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA), which encompasses maintenance, modernization, and repair services. This contract requires a highly capable contractor with substantial facilities and human resources to effectively manage and integrate multiple areas of ship maintenance and repair, specifically for the West Coast. The solicitation is issued electronically via PIEE, and interested offerors must monitor the PIEE/SAM.gov page for updates and amendments, with key attachments available upon request from the designated contacts. For further inquiries, potential bidders can reach out to Contract Specialist James Thomas at james.c.thomas118.civ@us.navy.mil or Contracting Officer Brian Han at brian.s.han3.civ@us.navy.mil.
    Synopsis - USNS YUKON ROH/DD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command (MSC) Norfolk, is seeking proposals for the regular overhaul and dry docking of the USNS YUKON (T-AO 202). The contract will require the contractor to prepare for and accomplish the specified work in accordance with the work item package, with the anticipated performance period set from November 4, 2024, to January 17, 2025, at the contractor's facility located within the continental United States (CONUS). This procurement is crucial for maintaining the operational readiness and safety of the vessel, which plays a vital role in supporting naval operations. Interested parties can access the solicitation, expected to be released around September 2, 2024, through the Procurement Integrated Enterprise Environment Solicitation Module, and should direct any inquiries to Marcin Krauze at marcin.krauze.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil.
    Derrickboat 11 Dry Dock and Repairs for the Louisville Repair Station
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Huntington office, is soliciting bids for the dry docking and repairs of Derrickboat 11 at the Louisville Repair Station. Contractors are required to provide all necessary equipment and supplies to perform the repairs as outlined in the Performance Work Statement. This procurement is crucial for maintaining the operational readiness of the Derrickboat, which plays a significant role in various military and logistical operations. Interested small businesses must refer to the solicitation and its attachments available on the PIEE system, and can contact Jennifer Dennison at Jennifer.D.Dennison@usace.army.mil or 304-399-5047 for further details.
    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.