Voyage Repair USS Ship
ID: N6817125Q0016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLC SIGONELLA NAPLES OFFICEFPO, AE, 09622-0050, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Sigonella, is soliciting bids for maintenance and repair services on the USS Oscar Austin (DDG 79) at Souda Bay, Greece. The project includes critical tasks such as replacing the Main Reduction Gear Standby Lube Oil Pump 2B Shaft Coupling and insulation lagging in various machinery spaces, with a contract performance period from March 4 to March 14, 2025. This procurement is vital for ensuring the operational integrity and safety of naval vessels, adhering to stringent quality management and safety standards. Interested contractors must submit their quotes by February 18, 2025, and are encouraged to contact Bjorn T. Ostermann or Nicole Barnhart for further information regarding the solicitation.

    Files
    Title
    Posted
    The document outlines specifications and requirements for maintenance and repair work on the USS Oscar Austin (DDG 79), specifically focusing on significant tasks such as the replacement of the Main Reduction Gear (MRG) Standby Lube Oil Pump 2B Shaft Coupling and the insulation lagging in various machinery spaces. It details specific locations, quantities, materials, and compliance with safety standards, including environmental considerations and quality management systems. Occupational safety is emphasized, requiring inspections and certifications for cranes and rigging gear. A rigorous protocol for hazardous material disposal and work authorization is mandated. The document stresses the importance of maintaining proper working conditions and ensuring that all changes adhere to federal guidelines and industry standards. The overarching purpose is to ensure high-quality maintenance of naval equipment while adhering to safety regulations and promoting environmental stewardship, reflecting the larger context of government RFPs that prioritize safety, efficiency, and compliance in federal projects.
    The document outlines a Use and Non-Disclosure Agreement (NDA) for recipients of technical data pertaining to the USS FORREST SHERMAN (DDG-98) FY24 Voyage Repair under solicitation #N68171-XX-X-XXXX. The agreement restricts the use of provided data to proposal support and mandates that recipients protect data from unauthorized disclosure, with clear consequences for non-compliance. Recipients must adopt security measures, confirm eligibility to handle sensitive government data, and indemnify the government against liabilities arising from misuse. Non-successful offerors are required to destroy data copies post-acquisition unless retained by the winning bidder, who may enter a further NDA. The NDA remains effective until notification of the recipient's non-selection, while ensuring that obligations survive its expiration. This document is essential in maintaining the confidentiality of sensitive technical data within the context of federal contractor collaborations.
    The Navy's Quality Assurance (QA) Solicitation Checklist outlines the required documentation for contractors bidding on projects, specifically for the USS Oscar Austin, with a focused timeline of work from February 13 to February 27, 2025. The checklist emphasizes the necessity of a Quality Management System (QMS) to ensure compliance with work package specifications. Required documentation includes a Quality Manual, process control procedures, calibration records for measuring equipment, and certifications for qualified inspectors. Specific submission requirements pertain to Marine Chemists, Gas Free Engineers, coatings application details, and welding certifications, emphasizing the need for qualified personnel and adherence to approved procedures. Additionally, the checklist requests a Test and Inspection Plan (TIP) to demonstrate understanding of required inspections. The document serves as an essential guideline for contractors to showcase their capabilities and ensure compliance with naval standards, underlining the importance of quality assurance in maintaining operational integrity for naval projects.
    The document is a Request for Quote (RFQ) issued by the NAVSUP Fleet Logistics Center Sigonella for services related to maintenance and repairs on the USS Ship, specifically referring to specification package number VRA-1-USS. The contract period is scheduled from March 4 to March 14, 2025, with the place of performance in Souda Bay, Greece. Four work items are included: replacement of the main reduction gear shaft coupling, insulation replacements, and rigging support for engine repair. Offerors are to submit technical capability documentation and pricing, and awards will be based on the Lowest Price Technically Acceptable criteria. Instructions on submitting quotes and a deadline of February 18, 2025, are outlined. Vendors must be registered in the System for Award Management (SAM) and adhere strictly to contract changes authorized only by designated Contracting Officers. The document emphasizes compliance with various clauses and conditions reflecting standard federal procurement practices while ensuring transparency and accountability in the contracting process for defense-related services.
    The document outlines a government price list for maintenance and repair services required for the USS Oscar Austin, detailing specific items and associated costs for labor, materials, and any necessary crane and rigging support services for repair work on the Ships Service Gas Turbine Generator (SSGTG) engine. Key items include the replacement of a standby lubricating oil pump and the insulation replacement within the machinery spaces, all presently listed at zero costs, highlighting either a budget allocation or that costs are still to be determined. The document stresses the importance of a breakdown of total prices to assess the reasonableness of costs and indicates that a within-scope determination will be made for potential additional work. Any grouped items are color-coded for clarity, and proper calculation methods need to be applied when determining total expenses. Overall, the price list serves as an essential tool for bidders in response to federal RFPs, ensuring compliance with regulations and expected standards in performing government contract work.
    The document is an amendment to a solicitation/contract for a government project, specifically addressing queries from potential quoters regarding specifications of piping lagging. It clarifies the required pipe diameters for work items 508-11-001 and 508-12-001, detailing linear feet needed for different sizes. The amendment serves to ensure that all interested contractors have a clear understanding of the project’s requirements, thus facilitating accurate and competitive bids. While the amendment extends certain clarifications, all other terms of the original solicitation remain unchanged. The contracting officer's details are provided, indicating the administrative authority behind the changes. This document exemplifies standard practices in federal procurement, ensuring compliance with regulations while enhancing transparency in the bidding process.
    Lifecycle
    Title
    Type
    Voyage Repair USS Ship
    Currently viewing
    Solicitation
    Similar Opportunities
    USNS SHIP VOYAGE REPAIR
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Sigonella Naples Office, is soliciting proposals for the USNS Ship Voyage Repair, scheduled for April 2-16, 2025, in Limassol, Cyprus. The procurement requires contractors to provide detailed quotes that include technical capability documentation and pricing for various repair and maintenance tasks, including hull and structural work, electrical systems, and auxiliary machinery. This opportunity is critical for maintaining the operational readiness of navy vessels, ensuring compliance with federal procurement protocols, and addressing technical deficiencies that impact fleet efficiency. 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 Maria Di Lieto at Maria.Dilieto.it@eu.navy.mil.
    USS LEWIS B. PULLER (ESB-3) FY25 Voyage Repair
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the FY25 Voyage Repair Availability (VRA) of the USS Lewis B. Puller (ESB-3) at a contractor facility in Taranto, Italy. The procurement encompasses comprehensive maintenance and repair services, including management, procurement, and quality assurance, as specified by the Military Sealift Command and the Forward Deployed Regional Maintenance Center. This contract is crucial for ensuring the operational readiness and compliance of naval vessels, with a performance period extending from April 9 to April 23, 2025. Interested contractors should direct inquiries to Gary Eaton at gary.a.eaton6.civ@us.navy.mil, with proposals due by February 11, 2025, at 10 AM CET.
    USNS Ship Repair Availability_Limassol, Cyprus
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Sigonella Naples Office, is soliciting bids for ship repair availability for the USNS Laramie (TAO 203) in Limassol, Cyprus, scheduled from April 16 to April 30, 2025. The procurement encompasses a range of maintenance services, including hull and structural repairs, electrical overhauls, and auxiliary machinery maintenance, all of which must comply with Military Sealift Command (MSC) General Technical Requirements. This contract is crucial for ensuring the operational readiness and safety of the vessel, with a focus on quality assurance and regulatory compliance throughout the maintenance period. Interested contractors must submit their quotes by February 25, 2025, and are encouraged to seek clarifications by February 18, 2025. For further inquiries, contact Nicole Barnhart at nicole.e.barnhart.civ@us.navy.mil or Maria Di Lieto at maria.dilieto2.ln@us.navy.mil.
    USS SHOUP (DDG-86) 5J1 SIA (Yokosuka, JAPAN)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS SHOUP (DDG-86) at the Yokosuka Naval Base in Japan. The contractor will be responsible for executing all work requirements as outlined in the Task Group Instructions (TGIs), which include replacing deck coverings and nonskid systems, ensuring compliance with military standards and specifications. This procurement is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to high-quality ship repair services. Interested contractors must submit their proposals by March 5, 2025, at 10:00 AM Japan Standard Time, and can contact Kazuo Takamura at Kazuo.Takamura.ln@us.navy.mil for further information.
    Recurring Maintenance and Minor Repair (RMMR) Services, NSA Souda Bay Greece
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking a contractor to provide Recurring Maintenance and Minor Repair (RMMR) services for fuel systems at NSA Souda Bay, Greece. The contract aims to support the Defense Logistics Agency – Energy (DLA-E) requirements, ensuring that there is no lapse in service, which is critical to prevent disruptions in training exercises and aircraft operations in the region. Given the urgency and importance of maintaining operational fuel systems, the government intends to negotiate with a single source that has prior experience and existing base access, with a contract period of performance set for 7 months. Interested parties should submit their expressions of interest and capabilities via email to Veronica Vogler and Bjorn Hale by 0900 on February 17, 2025.
    USS RALPH JOHNSON DDG114 FY25 SRA 5C1 Bundle 2 (YOKOSUKA, JAPAN)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is seeking contractors for the USS Ralph Johnson (DDG-114) FY25 Scheduled Restoration Availability (SRA) project, which includes a series of maintenance and repair tasks scheduled from July 14, 2025, to December 11, 2025. The procurement encompasses various task group instructions (TGIs) aimed at cleaning, assessing, and repairing critical systems aboard the vessel, including fuel tanks, waste tanks, and structural components, ensuring compliance with military specifications and safety standards. This initiative is vital for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to maritime integrity. Interested contractors must have a Master Ship Repair Agreement (MSRA) or an Agreement for Boat Repair (ABR) to qualify for bidding, with further inquiries directed to Kumi Matsumoto at kumi.matsumoto.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil.
    USS RALPH JOHNSON DDG-114 5C1 SRA BUDNDLE 1
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center in Yokosuka, Japan, is soliciting proposals for maintenance and preservation work on the USS Ralph Johnson (DDG-114) under solicitation number N6264925RA023. The project encompasses a range of tasks including the inspection, repair, and preservation of various systems and components aboard the vessel, with work scheduled to commence on July 14, 2025, and conclude by December 11, 2025. This contract is critical for ensuring the operational readiness and structural integrity of the naval fleet, reflecting the government's commitment to maintaining high safety and quality standards. Interested contractors must submit their proposals by February 27, 2025, at 10:00 AM JST, and can direct inquiries to the contracting officer, Ai Gillard, at ai.gillard.ln@us.navy.mil.
    USS HOWARD DDG83 FY25 5C1 SRA Bundle 4 (YOKOSUKA, JAPAN)
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS Howard (DDG-83) as part of the FY25 5C1 SRA Bundle 4, located in Yokosuka, Japan. The procurement encompasses a range of services including inspection, preservation, and repair of various ship systems, with a focus on ensuring operational integrity and compliance with Navy standards. This initiative is critical for maintaining the vessel's readiness and safety, reflecting the Navy's commitment to systematic maintenance practices. Interested contractors must submit their proposals by February 14, 2025, and can direct inquiries to Kumi Matsumoto at kumi.matsumoto.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil.
    USNS WASHINGTON CHAMBERS
    Buyer not available
    The Department of Defense, through the Military Sealift Command in Norfolk, is issuing a sources sought notice for the USNS WASHINGTON CHAMBERS (T AKE 11), requiring a Regular Overhaul Dry Docking Availability scheduled from December 8, 2025, to March 9, 2026, at a West Coast contractor facility. Interested firms are invited to submit a capabilities package that demonstrates their experience and qualifications under NAICS Code 336611 for Ship Building and Repair, which has a size standard of 1,300 employees; inquiries regarding partnerships or joint ventures are also encouraged. This procurement is crucial for maintaining the operational readiness of the vessel, with potential tasks including cargo repairs, maintenance, and installation services, although the detailed work scope is still being finalized. Responses are due by February 26, 2025, at 11:00 a.m. EST, and interested parties can reach out to Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil for further information.
    CMAV AEGIS ASHORE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVSUP FLC Sigonella Naples Office, is soliciting proposals for the CMAV AEGIS ASHORE project, which involves shipbuilding and repair services. The procurement aims to address non-nuclear ship repair needs, ensuring the operational readiness and maintenance of naval vessels. This opportunity is critical for sustaining the Navy's fleet capabilities and enhancing maritime security. Interested contractors can reach out to Juan Tapia at 00390815686408 Ext: 0405 or via email at juan.c.tapia5.civ@us.navy.mil for further details regarding the solicitation process.