Manufacture Spud Rails and Securing Brackets, Replace Spud Rail Securing Brackets for ARDM 4
ID: N6278924R0012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSUP OF SHIPBUILDING GROTONGROTON, CT, 06340-4990, USA

NAICS

Ship Building and Repairing (336611)

PSC

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

    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for a firm fixed price contract to manufacture spud rails and securing brackets, as well as to replace existing spud rail securing brackets for the Shippingport (ARDM 4), a floating dry dock located in Groton, Connecticut. The procurement requires the contractor to produce three spud mooring rails and three securing brackets, adhering to strict naval engineering standards, and to manage the logistics of fabrication, installation, and non-destructive testing (NDT) of these components. This project is critical for enhancing the mooring capabilities of the Shippingport, ensuring operational readiness and safety for naval operations. Proposals are due by 12:00 P.M. EST on October 15, 2024, and interested vendors should contact Andrea Cook at andrea.a.cook.civ@us.navy.mil or Stephanie Neale at stephanie.l.neale.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    The document details a Request for Proposal (RFP) for modifications to the mooring system of the SHIPPINGPORT (ARDM 4), a floating dry dock managed by the Naval Submarine Support Facility in Groton, CT. The project includes manufacturing new spud rails and replacing securing brackets due to inadequate heavy weather mooring capabilities. Key requirements involve the contractor providing necessary materials, performing fabrication and installation of the new components, and adhering to specific documentation and inspection standards. The contractor must ensure compliance with non-destructive testing and welding qualifications, and manage the logistics of staging and installing the fabricated materials. Additionally, the contractor is responsible for obtaining access credentials for personnel and ensuring they follow safety and environmental regulations. Upon project completion, a Certificate of Compliance must be submitted certifying adherence to procurement specifications, followed by a structural boundary test witnessed by government personnel. The document emphasizes the critical nature of safety and compliance while outlining extensive specifications and responsibilities of the contractor throughout the performance timeline. Overall, this RFP highlights essential infrastructure improvements necessary for maintaining naval operations.
    The document outlines a detailed estimated schedule of events for a construction project, focusing on specific phases from material procurement to completion. The timeline begins with material procurement from November 15, 2024, to January 15, 2025, followed by prefabrication from January 15 to March 15, 2025. Key activities include removing spud rails (March 15-22, 2025), templating spud rails and rail brackets (March 22-April 2, 2025), and completing rail fabrication and installation from April 2 to July 15, 2025. Testing of shell plating is scheduled for July 15-22, 2025, culminating in a letter of completion on July 31, 2025. This schedule is part of a larger federal or state/local Request for Proposals (RFP) process, indicating a commitment to systematic project management and timely execution of construction-related tasks while ensuring compliance with relevant regulations and standards. The structured timeline underscores the importance of coordination and timely completion in government contracting projects.
    This government document details a Request for Proposal (RFP) for the manufacture and replacement of spud mooring rails and securing brackets for the SHIPPINGPORT floating dry dock. The contractor is required to produce three spud mooring rails and three securing brackets, conforming to strict naval engineering standards and specifications. Key activities include prefabrication, installation of components, and nondestructive testing (NDT). The RFP outlines the scope of work, including documentation requirements, safety regulations, and government oversight during the project. Additionally, it emphasizes the necessity for compliance with local and federal safety standards, specifies materials provided by the contractor, and mandates proper employee identification and access protocols for the Naval facility. Moreover, the contractor must ensure proper inspection and certification upon project completion, thus facilitating a streamlined delivery process. The explicit timeline for project milestones spans from November 2024 to July 2025, providing a structured framework for the proposed work. This document represents the government's commitment to maintaining and enhancing naval facilities to meet operational readiness, safety, and efficiency standards.
    Similar Opportunities
    SHIPPINGPORT (ARDM 4) - Government Owned Contractor Operated (GOCO) Operation and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking information regarding the operation, maintenance, and protection of the Government-Owned, Contractor-Operated floating dry-dock SHIPPINGPORT (ARDM-4) located at the Naval Submarine Base in New London, Connecticut. This sources sought notice aims to verify the intent of General Dynamics Electric Boat (GDEB) and Huntington Ingalls Industries Newport News (HII-NNS) to compete for this requirement, as they are the only nuclear qualified shipyards capable of performing the necessary work. The anticipated contract, if issued, is expected to support operations during fiscal year 2026 and include four additional one-year option periods, with a planned release date for the solicitation in the summer of FY25. Interested parties must submit their responses, both positive and negative, to Ms. Angel Jaeger at angel.jaeger.civ@us.navy.mil by 1700 ET on October 9, 2024.
    FY25-FY35 Floating Dry Dock (AFDM 10) Lease Extension Modification
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command, intends to solicit a sole source lease extension modification for the Auxiliary Floating Dry Dock Medium (AFDM 10) under contract N00024-05-L-4405. This lease extension is aimed at continuing maintenance support for the dry dock, which is critical for Chief of Naval Operations (CNO) surface ship availabilities. The solicitation will be issued to Vigor Marine LLC, located in Seattle, Washington, and is intended solely for informational purposes, as the government does not plan to accept competitive proposals at this time. Interested parties may express their interest and capabilities to the primary contact, Brian Romano, at brian.c.romano.civ@us.navy.mil, or the secondary contact, Courtney Schlusser, at courtney.j.schlusser.civ@us.navy.mil.
    Direct Replacements Bow Thruster Parts
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of Direct Replacement Parts for the Bow Thruster system, specifically from Kongsberg Maritime Inc., the Original Equipment Manufacturer (OEM). This opportunity is categorized as a sole-source contract, with the government seeking a firm fixed-price supply contract in accordance with FAR parts 12 and 13.5, emphasizing the importance of complete submissions for all specified items. The successful contractor will be responsible for delivering the required parts to the Military Sealift Command in Norfolk, VA, with a completion date set for March 1, 2025. Interested offerors must submit their proposals by September 17, 2024, and can direct inquiries to Julio Hernandez at julio.a.hernandez6.civ@us.navy.mil.
    Hull Assembly with Brackets for the Fleet Exercise Section (FES)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Logistics Center, is seeking contractors for the production of Hull Assembly with Brackets for the Fleet Exercise Section (FES) in support of the MK48 Heavyweight Torpedo System. The procurement includes one firm fixed-price contract for one first article test unit and an initial quantity of 58 production units, with an option for an additional 220 units over four years. This equipment is critical for the operational readiness of the Navy's torpedo systems, and the solicitation is anticipated to be released around September 23, 2024, with proposals due approximately 30 days thereafter. Interested parties should contact Cody Hutchinson at cody.d.hutchinson.civ@us.navy.mil or call 717-605-1567 for further details.
    Maintenance, Repair, and Preservation of RCD Barge 40
    Active
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking contractors for the maintenance, repair, and preservation of the Reactor Compartment Disposal Barge 40 (RCD Barge 40). The project involves a comprehensive scope of work, including the docking, cleaning, blasting, inspecting, and preserving various components of the vessel, as well as coordinating necessary surveys and inspections. This contract is critical for ensuring the operational readiness and safety of the RCD Barge 40, which is a vital asset for the Navy. Interested contractors must be registered with the System for Award Management (SAM) and are advised that the vessel will be available for work from March 3, 2025, to July 30, 2025. For further inquiries, potential bidders can contact Demetra Annest at demetra.l.annest.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.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.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    Light Vertical Bulkhead & Support Plate
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking qualified small businesses to provide Light Vertical Bulkheads and Support Plates under solicitation N0025324R0004. The procurement involves manufacturing and delivering non-commercial items in accordance with specific NAVSEA drawings, with a total potential quantity of up to 1,000 units, including First Article Testing and production. These components are critical for the MK 48 Heavyweight Fuel Tank Assembly, emphasizing the Navy's commitment to high standards in defense procurements. Interested vendors must comply with registration requirements and are encouraged to contact Rebecca Jett at rebecca.a.jett.civ@us.navy.mil for further details, with the solicitation expected to be available around September 23, 2024, and closing 30 days thereafter.
    DRY DOCK (DD): USCGC ROLLIN FRITCH DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry dock repairs on the USCGC Rollin Fritch (WPC 1119) anticipated for fiscal year 2025. The project involves comprehensive inspections and repairs of propulsion systems, hull plating, and various machinery components, all to be conducted at the contractor's dry dock facility. This procurement is critical for maintaining the operational readiness of the vessel, with an estimated project duration of 119 days from March 18 to July 15, 2025. Interested parties must submit a letter of interest by September 25, 2024, demonstrating their capabilities and past performance, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, contact Kurt Hoyer at kurt.e.hoyer@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
    Z--Market Research is being conducted for the Dry Dock 4 Renovation at Norfolk Naval Shipyard, Portsmouth, Virginia
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking industry feedback for the Dry Dock 4 Renovation project at Norfolk Naval Shipyard in Portsmouth, Virginia. The project includes various construction activities such as the installation of a temporary cofferdam, repair of caisson seat, structural repairs to dry dock floors and walls, repair of dry dock utility systems, and renovation of pump well mechanical and electrical systems. The estimated construction cost for this project is $100-$250 million. Interested contractors with NAICS code 237990 and similar construction experience are invited to attend an Industry Day event on October 16, 2019, at the Renaissance Hotel in Portsmouth, VA. Feedback on phasing, scheduling, task challenges, and acquisition strategy will be requested. Seating is limited, and interested firms must RSVP by October 10th. This event is open to all contractors, regardless of current contracts with NAVFAC. Contact Mr. Philip Cole, the Contracting Officer, for more information.