Marine Boatyard Support and Industrial Support Lot III Follow-on MAC-IDIQ
ID: N5523625R0013Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSOUTHWEST REGIONAL MAINT CENTERSAN DIEGO, CA, 92136-5205, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)

Set Aside

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

    The Department of Defense, through the Southwest Regional Maintenance Center, is preparing to issue a Request for Proposal (RFP) for the Marine Boatyard Support and Industrial Support Lot III Follow-on MAC-IDIQ contract. This procurement aims to secure management, material support services, labor, supplies, and equipment necessary for marine boatyard and industrial support, including modifications, upgrades, and repairs to various non-commissioned boats and crafts primarily in the San Diego area. The successful contractor will be responsible for pier-side repairs and must adhere to the latest specifications and standards, with the contract expected to be awarded as a Firm-Fixed Price (FFP) solicitation in January 2026. Interested small businesses are encouraged to contact Natalie Arenz or Alondra Moreno for further information and to monitor the solicitation's release on the designated government websites.

    Files
    Title
    Posted
    This document outlines a comprehensive list of various types of boats and crafts applicable under a specified section (C) as part of federal RFPs and grants. It includes a diverse array of vessels ranging from 7-meter rigid inflatable boats to larger 50-foot utility boats, along with specialized crafts such as oil pollution abatement boats and amphibious lighterage systems. The document also references other service crafts including life rafts, navy lighterage, and non-powered barges, providing diverse options for various operational needs. The list caters to both personnel transport and logistical requirements, aligning with anticipated military and governmental maritime applications. The document’s structure is a straightforward enumeration of applicable boats and crafts, which serves as a resource for stakeholders seeking to understand the available options for procurement or operational deployment. For further details about service crafts, a web link is provided. Overall, this information is essential for informing government procurement processes in maritime operations.
    The document outlines the Statement of Work for Marine Boatyard Services Lot III, specifying the requirements for contractors supporting U.S. Navy boats and related craft primarily in the San Diego area. The contractor is responsible for providing management, labor, materials, and equipment for modifications, upgrades, repairs, and maintenance of various vessels. Key tasks include conducting emergent repairs, pre-installation surveys, and alterations, as well as quality control and logistics support. Furthermore, contractors must coordinate with the Navy and other engaged parties, submitting required documentation via electronic means to ensure efficient project management. The contract emphasizes compliance with safety and environmental regulations and the need for qualified personnel to oversee operations and inspections. Additionally, contractors are responsible for managing hazardous materials and ensuring that workspaces adhere to safety standards. Regular communication between contractors and government representatives is mandated to review the contractor’s performance. Overall, the document serves to ensure that marine support services meet the Navy's operational requirements while adhering to technical and safety standards.
    Similar Opportunities
    Repair and Modernization IDIQ YC-UF-UFDD
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking contractors for the Repair and Modernization Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract for U.S. Navy waterborne barges in Washington State. The contract will cover repair and modernization services for YC, UF, and UFDD barges, requiring expertise in hull, mechanical, and electrical design, with typical projects including vessel husbandry, welding, painting, and electrical repairs. The anticipated ordering period spans five years from April 2026 to April 2031, with a total small business set-aside under NAICS code 336611. Interested contractors must register with the System for Award Management (SAM) and can contact Jeff Jaeckel or Christopher Campbell for further information. Proposals are expected to be solicited in January 2026.
    Vessel Repair IDIQ MATOC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Norfolk District, is seeking qualified small businesses to participate in the Vessel Repair Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contract (IDIQ MATOC). This contract aims to provide labor and materials for cyclic and on-demand maintenance and repairs of the Norfolk District Floating Plant, which includes services such as triennial drydocking, underwater hull repair, propulsion system maintenance, and diving support. The Vessel Repair services are crucial for maintaining the operational readiness and safety of marine vessels involved in hydrographic surveys and marine construction work. Interested parties can contact Amy Coody at amy.h.coody@usace.army.mil or 757.201.7883, or Stormie Wicks at stormie.b.wicks@usace.army.mil or (757) 201-7215 for further details, as this opportunity is exclusively set aside for small businesses.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the metropolitan San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with two optional extensions, a total maximum value of $99 million, and task orders ranging from $2,000 to $1 million, with a minimum guarantee of $5,000. Interested contractors must ensure their registration in the System for Award Management (SAM) and monitor the specified websites for the Request for Proposal, which is expected to be posted around May 5, 2025. For further inquiries, contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with a potential extension of 36 months, and the estimated maximum value for all contracts combined is $49 million, with task orders ranging from $2,000 to $1 million. Interested contractors should contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676, and are encouraged to register on the relevant government websites as the solicitation will be available only in electronic format around May 5, 2025.
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the 65 FT Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance expected from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repairs at the USCG STA Apra Harbor under solicitation number 70Z04026QSBPL0003. The procurement involves comprehensive dry-docking services for the 45-foot Response Boat-Medium, requiring contractors to provide all necessary labor, materials, and equipment to complete specified work, including welding, inspections, and preservation tasks. This opportunity is particularly significant as it supports the operational readiness of the Coast Guard's fleet, ensuring vessels are maintained to high standards. Proposals are due by January 28, 2026, with an anticipated award date of March 25, 2026; interested vendors should contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil for further details.
    DRYDOCK REPAIRS FOR THE CGC OAK
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide drydock repairs for the USCGC OAK (WLB 211) during its scheduled availability from March 31, 2026, to June 20, 2026. The procurement involves an Indefinite Delivery Requirement Contract (IDR) for a range of maintenance and repair tasks, including hull preservation, propulsion system overhauls, and various inspections, all critical for ensuring the vessel's operational readiness and compliance with federal regulations. Interested contractors must submit their quotations by January 16, 2026, with an anticipated award date of January 30, 2026; inquiries can be directed to Sandra A. Martinez at Sandra.A.Martinez@uscg.mil or Iran Walker at iran.n.walker@uscg.mil.
    PROPELLER REPAIR IDIQ N64498-24-RFPREQ-PD-42-0004
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NSWC Philadelphia Division, is soliciting proposals for a Propeller Repair Indefinite Delivery Indefinite Quantity (IDIQ) contract, identified as N64498-24-RFPREQ-PD-42-0004. This procurement aims to secure engineering services focused on the maintenance, repair, and rebuilding of mechanical power transmission equipment, particularly propellers. The successful contractor will play a crucial role in ensuring the operational readiness and performance of naval vessels by providing essential repair services. Interested parties should reach out to Derek Diep at derek.w.diep.civ@us.navy.mil for further details and to access the attached solicitation and supporting documents.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dockside repair services for the USCGC GEORGE COBB (WLM-564) during its fiscal year 2026 maintenance period. The procurement involves a Fixed Firm Price Definitive Contract for various repair tasks, including inspection and servicing of hydraulic and mechanical systems, fire prevention, and cleaning of exhaust piping, with a performance period from March 17 to May 5, 2026. This contract is crucial for maintaining the operational readiness of the vessel, which is homeported in Coast Guard District 11, California. Interested parties must submit their proposals via email by January 9, 2026, and can direct inquiries to Ou Saephanh or Sandra Martinez at the provided email addresses.