J--Boat Preventative Maintenance and Repairs
ID: N0018918Q0081Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

PSC

MAINT, REPAIR, REBUILD EQUIPMENT (J)
Timeline
    Description

    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.

    Point(s) of Contact
    Carlton Walton 757-443-1390
    Files
    No associated files provided.
    Similar Opportunities
    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.
    MHE and SMSE Maintenance Services
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking MHE and SMSE Maintenance Services in Norfolk, VA. The services include lubrication, maintenance, repair, overhaul actions, and transportation movement on Shipboard and Shore-based Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). MHE refers to self-propelled equipment used in storage and handling operations, while SMSE includes container handlers, mobile shipboard cargo cranes, and other equipment. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. The RFP will be available for download on beta.SAM.gov on or around 1 March 2021. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Heather Coleman at HEATHER.COLEMAN@NAVY.MIL.
    70--Splunk Enterprise renewal
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
    U.S. Navy Oil Spill Response Oil Pollution Skimmer
    Buyer not available
    The Department of the Navy is conducting market research through a Request for Information (RFI) for the procurement of Oil Pollution Skimmers, with the intent to establish a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for approximately 30 units. The OP skimmers, designed to remove light refined oils from water surfaces in harbors, will feature a semi-catamaran design, a length of 30 feet, and aluminum construction, along with operational capabilities such as a filter belt for oil collection and hydraulic systems. This initiative is crucial for enhancing the Navy's oil spill response capabilities, with deliveries planned for locations in California and Virginia starting in Fiscal Year 2026. Interested vendors are encouraged to submit their capabilities and production capacity by the specified deadline, and can reach out to Alonzo Jackson or Joseph Saponaro for further information.
    USNS ROBERT E. PEARY FY25 MTA
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting bids for the mid-term availability of the USNS Robert E. Peary (T-AKE 5), scheduled from July 5, 2025, to August 27, 2025, at locations along the East and Gulf coasts of the United States. This procurement is specifically set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 336611, which pertains to Ship Building and Repairing. The services required are critical for maintaining the operational readiness of the vessel, ensuring it meets the Navy's standards for performance and safety. Interested parties should direct inquiries to Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or 757-341-6232, or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or 564-226-4879 for further details.
    J--THE SCHEDULED REGULAR OVERHAUL OF USNS SHIPS
    Buyer not available
    Presolicitation notice is being published by the Department of Defense (DOD) for maintenance, repair, and rebuilding equipment services. This notice is in accordance with the Federal Acquisition Regulation (FAR) 5.101. The primary contact for this procurement is Jeffrey Eom, who can be reached at 0039-081-568-3819 or via email at jeffrey.eom@eu.navy.mil. The service/item being procured is not specified in the document, but further information can be found in the attached document.
    PF204 Patrol Boat Dry Docking
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF-204 Patrol Boat, with a focus on engaging small businesses for this federal contract opportunity. Contractors are required to provide all necessary labor and materials to perform the dry docking, which includes structural repairs, ultrasonic testing, hull cleaning, and compliance with safety and environmental regulations. This project is critical for maintaining the operational readiness of government-owned vessels, ensuring they meet safety and performance standards. Interested vendors must submit their quotes by February 21, 2025, at 2:00 PM ET, and direct any inquiries to the designated contacts, Krystle Jones and Robert McDermott, via their provided email addresses.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
    USNS SHIP VOYAGE REPAIR
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Sigonella Naples Office, is soliciting proposals for voyage repair services for the USNS Ship, scheduled for April 2-16, 2025, in Limassol, Cyprus. Contractors are required to submit detailed quotes that include technical capability documentation and pricing, with awards based on the Lowest Price Technically Acceptable (LPTA) criteria. This procurement is critical for maintaining the operational readiness of navy vessels, ensuring compliance with federal contracting regulations, and addressing technical deficiencies identified in the Marine Systems Data unit's human-machine interface. Interested vendors must submit their quotes by February 18, 2025, and direct inquiries to Nicole Barnhart at nicole.e.barnhart.civ@us.navy.mil or by telephone at 00390815684343 Ext: 4343.
    Warping Capstan #5 Repairs
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking qualified small businesses to provide technical repair services for Warping Capstan 5. The procurement involves the overhaul of an electric disc brake, requiring contractors to supply necessary materials and equipment, with work expected to be completed between March 6 and August 30, 2025. This opportunity is critical for maintaining operational capabilities within the Navy's shipbuilding and repair sector. Interested contractors must be registered in the System for Award Management (SAM) and submit their quotes, including technical specifications and pricing, by the specified deadlines, with inquiries due by February 20, 2025. For further information, potential bidders can contact Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil.