USNS Ship Repair Availability_Limassol, Cyprus
ID: N68171-25-Q-0017Type: 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 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.

    Files
    Title
    Posted
    The document is an amendment to a solicitation issued by the NAVSUP Fleet Logistics Center Sigonella, specifically the Naples Office. The purpose of this amendment is to update the period of performance for a contract concerning support for the USNS Ship under specification package number VRA-1-USNS. The effective dates have been changed from April 2-16, 2025, to April 16-30, 2025, with a place of performance in Limassol, Cyprus. The amendment outlines four work item sections, categorized under "General Services," "Hull and Structural," "Electrical," and "Auxiliary Machinery," each requiring technical capability documentation for quoting. The contract award will be based on the Lowest Price Technically Acceptable (LPTA) methodology. Points of contact for further inquiries include Contracting Specialist Nicole Barnhart and Contracting Officer Maria di Lieto. Additionally, the delivery schedule has been adjusted to reflect the new performance dates. This document exemplifies standard procedures within federal procurement processes, ensuring clarity and adherence to regulations while facilitating collaboration with contractors for government projects.
    The government file outlines a price list for required items and services related to the USNS Laramie operation. It details various categories, including general requirements, structural inspections, electrical repairs, and auxiliary machinery overhauls, with all listed items currently priced at $0.00, indicating that detailed cost proposals will be assessed later. The document highlights essential components such as safety procedures, quality assurance, and certifications needed to maintain operational standards. Specific work items, including refurbishments and inspections, are noted, stressing that grouped items are color-coded for easy reference. Additionally, the document mentions provisions for travel expenses and outlines that a breakdown of total costs may be requested to determine price reasonableness. An assessment for "growth" projects will also be conducted if additional work emerges within the defined scope. Overall, this file serves to establish a comprehensive framework for service requirements related to the USNS Laramie while ensuring compliance and thorough evaluation of cost structures in future proposals.
    The document is a Request for Quotations (RFQ) issued by the NAVSUP Fleet Logistics Center Sigonella for a project supporting the USNS Ship, detailing specific work requirements for materials and services needed from April 2 to April 16, 2025, in Limassol, Cyprus. It establishes a procurement process primarily focused on the Lowest Price Technically Acceptable (LPTA) offers, necessitating bidders to deliver explicit technical capability documentation alongside pricing. The RFQ outlines several categories of work items categorized under general services, hull and structural work, electrical services, auxiliary machinery, and habitability outfitting. Contractors must submit their quotes by February 25, 2025, and are encouraged to seek clarifications by February 18. The document emphasizes the importance of adherence to regulatory compliance, safety certifications, and proper technical evaluations to ensure quality control during the execution of contracted work. Additionally, it highlights the prohibition of using certain telecommunications equipment and stresses the necessity for contractors to be registered with the System for Award Management (SAM) to qualify for awarding the contract. This RFQ illustrates the government's structured approach in securing external services while ensuring compliance and quality through stringent evaluation and documentation protocols.
    The MSC Corrective Maintenance Engineering Report outlines the general requirements and technical specifications for maintenance work on the USNS LARAMIE (TAO 203) under Contract No. N21870-25-C-XXXX. Key aspects include a detailed work item index categorizing tasks such as hull and structural repairs, electrical overhauls, and auxiliary machinery maintenance. Each section mandates compliance with Military Sealift Command (MSC) General Technical Requirements (GTRs) and emphasizes the contractor's responsibility to provide necessary materials, labor, and quality assurance documentation. Key provisions include a requirement for the contractor to establish a robust quality assurance program, ensuring that all work meets regulatory standards and internal protocols. The document also elaborates on specific roles for technical representatives during critical processes, such as disassembly and testing, reinforcing the importance of oversight and documentation in compliance with safety standards. The report exemplifies federal RFPs' complexity, emphasizing detailed procedural adherence, accountability in maintenance tasks, and an unwavering commitment to regulatory compliance and safety standards throughout the maintenance period.
    Lifecycle
    Title
    Type
    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.
    USNS LARAMIE (T-AO 203) FY 2025 Mid-Term Availability (MTA) Amendment 0001
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is soliciting proposals for the USNS LARAMIE (T-AO 203) FY 2025 Mid-Term Availability (MTA) Amendment 0001. This procurement aims to engage a contractor for shipbuilding and repair services, focusing on non-nuclear ship repair as outlined under the NAICS code 336611. The opportunity is set aside for small businesses, emphasizing the importance of maintaining and enhancing naval capabilities through specialized repair services. Interested parties should contact Bryan Makuch at bryan.makuch@navy.mil or call 564-226-1259 for further details regarding the solicitation process.
    Voyage Repair USS Ship
    Buyer not available
    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.
    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 MCLEAN MTA FY25
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is issuing a Sources Sought Notice for potential contractors to express their capabilities for a Mid-Term Availability project involving the USNS MCLEAN (T AKE 12), scheduled to commence around September 24, 2025. The procurement aims to identify qualified shipyards capable of performing various maritime repair and maintenance tasks, including general ship services, potable water tank repairs, machinery inspections, and the installation of surveillance systems. This opportunity is crucial for ensuring the operational readiness of the USNS MCLEAN and supports the broader mission of the Navy's maritime operations. Interested firms must submit a capabilities package by February 25, 2025, detailing their business structure, facility location, and relevant experience, with inquiries directed to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    Programmed Repairs to the US Army Logistics Support Vessel (LSV) 7 - AMENDMENT 0009 (UPDATED 10 Feb 2025)
    Buyer not available
    The Department of Defense, through the Army Contracting Command, is soliciting proposals for programmed repairs to the U.S. Army Logistics Support Vessel (LSV) 7, with an emphasis on comprehensive maintenance and modernization services. The procurement includes essential tasks such as drydocking, painting, and various repairs, aimed at ensuring the vessel's operational readiness while minimizing disruptions. This initiative is critical for maintaining naval assets and adhering to federal regulations and safety protocols. Interested contractors must submit their proposals by the specified deadlines, with a total estimated project cost of $169,000, and can direct inquiries to Brandon LaBonty at brandon.a.labonty.civ@army.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.
    USNS LEWIS AND CLARK (SWBD LOOP INTERLOCK)
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotes for the troubleshooting and repair of ship service switchboard interlock failures on the USNS Lewis and Clark. The procurement aims to ensure high-voltage safety compliance during the service period scheduled from February 17-21, 2025, at Naval Weapons Station Earle, New Jersey. This equipment is critical for ship safety, preventing potential hazards to the vessel, crew, or environment, and the urgency of the requirement necessitates a non-competitive procurement process. Interested contractors must submit their proposals by February 14, 2025, and can direct inquiries to James E. Greene at james.e.greene7.civ@us.navy.mil or Heather East at heather.j.east.civ@us.navy.mil.
    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.
    USNS ARCTIC BOOKCELLS
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of specialized cargo and tanker vessels under the solicitation N3220525Q2198. This opportunity involves a firm-fixed price purchase order with a required delivery date of May 19, 2025, at a location in Norfolk, Virginia. The vessels are critical for maritime operations, and the procurement process emphasizes technical capability and pricing competitiveness, ensuring compliance with federal regulations. Interested vendors must submit their quotes by 10:00 AM on February 25, 2025, and can direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.