V119 - BARGE AND TUG SERVICES FOR REFUELING OF USS CHARLESTON
ID: N0060424Q4082Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PEARL HARBORPEARL HARBOR, HI, 96860-4549, USA

NAICS

Inland Water Freight Transportation (483211)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER (V119)
Timeline
    Description

    The U.S. Navy seeks a single vendor for the firm-fixed price contract to provide efficient barge and tug services during the refueling of the USS Charleston in San Diego, with a five-day Period of Performance scheduled for late August 2024. The main objective is to ensure the timely delivery of specific fuel quantities to the BAE Shipyard, focusing on the logistics and planning of the operation.

    The Statement of Work (SOW) outlines the requirements for the barge, including fender and hose specifications, with the customer highlighting their responsibilities. The operation's key dates are August 27 and 28, 2024, for the actual refueling process.

    This procurement aims to streamline the refueling process by engaging a capable vendor, with the contract valued at an estimated cost of $2 million, including fuel costs. Offerors must provide certifications of compliance with federal regulations and state their capability to meet the SOW's requirements within an eight-page limit.

    Interested parties should contact Bev Suzuki at beverly.a.suzuki.civ@us.navy.mil for more information and submission guidelines, with the deadline for quotes extended to 10:00 AM HST on August 5, 2024.

    Point(s) of Contact
    Bev Suzuki 808-473-7555
    beverly.a.suzuki.civ@us.navy.mil
    Files
    Title
    Posted
    The Statement of Work outlines a five-day period of performance for specialized tug and barge services related to the refueling of the USS CHARLESTON (LCS 18) in San Diego. The main objective is to provide efficient refueling support, with specific requirements outlined for the barge, including fender and hose specifications. The customer has outlined responsibilities, and a Technical POC is available for coordination. Critical dates are highlighted, with the actual refueling scheduled for August 27 and 28, 2024. This SOW focuses on ensuring the necessary logistics and planning for a timely and successful refueling operation, placing emphasis on the required barge specifications and coordination efforts.
    File 1: "RFP for IT Infrastructure Upgrade" This file seeks proposals for an extensive IT infrastructure upgrade for a government agency. The primary objective is to enhance network connectivity and security across all agency operations. The focus is on procuring and implementing cutting-edge network switches, routers, and firewall devices to improve data transfer efficiency and safeguard sensitive information. The agency requires high-performance, scalable solutions that can handle future demands. Specific technical specs include support for IPv6, robust cybersecurity measures, and integration with existing systems. The scope involves device procurement, installation, configuration, and ongoing support. Vendors will be responsible for ensuring seamless integration and providing comprehensive training. The contract is valued at an estimated $2 million and will be awarded based on a best-value determination, considering factors like technical merit, past performance, and price. Key dates include a forthcoming site visit and a proposal submission deadline in mid-May. File 2: "Grant Proposal for Community Development" This grant proposal requests funding for a community development initiative aimed at revitalizing a historically underrepresented neighborhood. The primary goal is to foster economic growth, improve infrastructure, and enhance social amenities in the area. The focus is on procuring funds for three key projects: 1) Rehabilitation of an abandoned factory into a community center, 2) Development of a local farmers' market and healthy eating initiatives, and 3) Creation of an arts and culture program involving local schools. The proposal outlines specific funding requirements for each project, with the community center renovation costing an estimated $1.5 million, the market development initiative needing $300,000, and the arts program requiring $200,000. The total funding requested is $2 million. The evaluation of proposals will prioritize demonstrated experience in community development, a well-defined implementation plan, and the potential for long-term impact. File 3: "RFP for Security Services" This RFP seeks proposals for providing comprehensive security services at a government facility. The main objective is to ensure the safety of staff and visitors while maintaining a secure physical environment. The focus is on procuring trained security personnel, state-of-the-art surveillance equipment, and a robust access control system. The agency requires around-the-clock coverage and has specific needs like metal detectors, video monitoring, and controlled access points. The RFP emphasizes the need for a proactive security posture, quick response times, and regular reporting. Vendors must detail their approach, personnel qualifications, and equipment proposals. The contract, valued at up to $1 million annually, will likely be a multi-year agreement. The evaluation will consider security expertise, past performance, and price competitiveness. File 4: "RFI for AI-Based Solutions" This Request for Information (RFI) seeks input from vendors specializing in AI-based solutions. The government seeks to explore innovative applications of AI and machine learning to enhance its operations across multiple departments. While this RFI does not involve immediate procurement, it is a preliminary step to identify potential solutions and vendors for future AI-related projects. The government seeks information on AI capabilities in various areas, including automated data processing, natural language processing for document analysis, and predictive modeling. Vendors are invited to submit their expertise, success stories, and potential use cases. Responses will help the government shape future RFPs and grants focused on AI integration. Each file provides an overview of the government's current procurement needs, offering insight into their objectives and the marketplace.
    The primary objective of this solicitation, N0060424Q4082, is to procure tug and barge services for the transportation of F76 and JP5 fuels. The focus is on shifting barges within the San Diego Harbor and facilitating the refueling process. Fuel loads are specified, with deliveries required at the BAE Shipyard in San Diego on specific dates. Questions and responses clarify that the contract seeks an all-inclusive firm-fixed priced quote for these services. The statement of work provides further details on the expected duties, and responses confirm that the contractor's role is primarily focused on providing efficient tug and barge operations for fuel transportation. The solicitation also emphasizes the evaluation of quotes within an eight-page limit, ensuring comprehensive pricing details.
    The primary objective of this procurement is to obtain tug and barge services for the refueling of the USS CHARLESTON at the BAE Shipyard in San Diego. The focus is on towing a barge loaded with specific quantities of F-76 and JP-5 fuels to the shipyard. The barge must adhere to specified hose and fender requirements. The period of performance is tightly scheduled for five days, with targeted dates for each phase of the operation. The government's technical point of contact is CW02 Jesus Santana, who will oversee compliance with the technical requirements. This statement of work is a detailed outline of the task, primarily aimed at securing specialized maritime services for the refueling operation.
    The primary objective of this procurement is to obtain various certifications and representations from offerors regarding their eligibility and compliance with specific federal regulations. These certifications are essential to ensure compliance with laws governing federal contracts. The certifications cover a wide range of topics, including small business status, labor practices, tax compliance, and restrictions on contracting for telecommunications and video surveillance services. Notably, the procurement seeks to ensure offerors adhere to provisions related to veteran-owned, women-owned, and economically disadvantaged businesses. Additionally, offerors must certify they don't engage in prohibited activities, such as using forced or indentured child labor or exporting sensitive technology to Iran. These representations and certifications are crucial for the government's consideration of offers and the evaluation of potential contractors' eligibility.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FUEL DELIVERY SYSTEM (FDS) OR FDS ON CHARTER/COMMERCIAL TANKER
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting a market survey to identify companies capable of providing a commercial tanker equipped with a contractor-designed Fuel Delivery System (FDS) for the U.S. Navy. The procurement aims to support fuel transfer operations under various sea conditions, specifically for refueling alongside Navy combatants, highlighting the importance of efficiency and modernization in military supply operations. Interested parties are required to submit detailed company information and relevant experience by September 10, 2024, with the contract expected to commence operations by February 2, 2026, and conclude by June 1, 2027. For further inquiries, interested vendors can contact Jordan Schwaner at jordan.t.schwaner.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil.
    BERTHOLF FUEL OIL PURIFIER FEED PUMP INSPECT AND REPAIR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to inspect and repair the fuel oil purifier feed pump on the Coast Guard Cutter (CGC) Bertholf. The primary objective is to address a fuel leak suspected to be caused by a mechanical seal failure in the 1 feed pump, requiring a thorough evaluation, necessary repairs, and certification testing to ensure compliance with original equipment manufacturer specifications. This procurement is critical for maintaining the operational readiness of the vessel, as the fuel oil purifier system is essential for its performance. Interested vendors must submit their official quotes by 8:00 AM Pacific Time on September 20, 2024, and can direct inquiries to Jeramyah W. George at Jeramyah.W.George@uscg.mil or Bryan P. Briggs at bryan.p.briggs@uscg.mil.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    Ship Propulsion Fuel (Bunkers)
    Active
    Dept Of Defense
    Solicitation notice from the DEPT OF DEFENSE, DEFENSE LOGISTICS AGENCY, DLA ENERGY is seeking Ship Propulsion Fuel (Bunkers). This procurement is for Distillates & Residuals used as ships' bunkers at various ports Worldwide. The fuel, including Commercial Marine Gas Oil (MGO), Fuel Oil, Intermediate, Grades RME-180 (FO 180), RMG-380 (IFO 380), and Very Low Sulfur Fuel Oil (VLSFO), will be delivered directly into U.S. vessels for DoD and Federal Civilian agencies by barge, truck, or pipeline. The ordering period is October 1, 2023, through September 30, 2024, and the delivery period is October 1, 2023, through October 31, 2024. This is a Requirements-Type, Fixed Price Contract. For more information, contact Mr. Francis Murphy at Francis.c.Murphy@dla.mil. Interested vendors must register in the SEA Card® Online program.
    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.
    Maintenance, Repair, and Preservation of YFN-1217
    Active
    Dept Of Defense
    The Department of Defense, specifically the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking industry capabilities for the maintenance, repair, and preservation of the Covered Lighter Barge YFN-1217. The procurement involves comprehensive tasks such as hull repairs, system upgrades, and adherence to strict safety and environmental regulations, with work to be performed at the contractor's facility located within the Puget Sound region of Washington. This opportunity is critical for maintaining the operational readiness and structural integrity of naval vessels, reflecting the importance of high-quality workmanship in military marine operations. Interested companies must submit a notice of interest by 12:00 PM PT on August 21, 2024, to the designated contacts, Chloe Vernet and Chris Davidson, with further details outlined in the sources sought announcement.
    Operation and Maintenance (O&M) of the Offshore Petroleum Distribution System (OPDS)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking contractors for the operation and maintenance (O&M) of the Offshore Petroleum Distribution System (OPDS). This contract involves managing two vessels, the USNS VADM K.R. Wheeler and USNS FAST TEMPO, ensuring they are mission-ready and operable at all times, except during scheduled maintenance. The successful contractor must comply with all relevant laws and regulations, hold a SECRET facility clearance, and employ personnel with similar security clearances, highlighting the critical nature of this service in supporting military operations. The anticipated solicitation issuance date is September 10, 2024, with a closing date of October 11, 2024. Interested parties should direct inquiries to Sean Folaron at sean.r.folaron.civ@us.navy.mil or call 757-341-3343 for further information.
    Maintenance, Repair, and Preservation of YT-808 ROH
    Active
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified contractors for the maintenance, repair, and preservation of the YT-808 Harbor Tug, Medium (YT-808 Rainier). The procurement involves a Firm-Fixed-Price contract that requires contractors to perform various tasks, including cleaning, inspections, repairs, and preservation of the vessel, which is critical for maintaining naval operational capabilities. The project is set to take place from December 19, 2024, to March 18, 2025, and is a total small business set-aside under NAICS code 336611, with a size standard of 1,300 employees. Interested contractors must register with the System for Award Management (SAM) and submit their proposals by September 9, 2024, at 12:00 PM PT, with inquiries directed to Alice Robertson at alice.n.robertson.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    USS SAVANNAH (LCS 28) FY25 Docking Selected Restricted Availability (DSRA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking sources for the FY25 Docking Selected Restricted Availability (DSRA) of the USS SAVANNAH (LCS 28), with a focus on small business capabilities. The procurement aims to identify qualified contractors capable of performing dry-dock and pier-side maintenance, repair, and alterations from September 8, 2025, to September 10, 2026, with a firm-fixed price contract anticipated to be released in October 2024. This opportunity is critical for maintaining the operational readiness of naval vessels, and interested parties must submit their letters of interest by 12 PM Local Time on September 18, 2024, to the designated contacts, including Brian Han and Spencer Bryant, via the specified email addresses.
    USNS MATTHEW PERRY (T-AKE 9) regular overhaul and dry-docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting bids for the regular overhaul and dry-docking of the USNS MATTHEW PERRY (T-AKE 9), scheduled from February 17, 2025, to May 17, 2025. This procurement involves comprehensive ship repair services, including addressing requests for clarification (RFCs) and revising work instructions (WIs) as outlined in multiple amendments to the solicitation. The USNS MATTHEW PERRY plays a critical role in supporting naval operations, making this maintenance essential for its continued functionality and readiness. Interested contractors should direct inquiries to Thomas White at thomas.l.white222.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil, with key deadlines for submissions and responses specified in the solicitation documents.