Concrete repairs to dry dock 2 and dry dock 3
ID: N4008525B0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF SHIP CONSTRUCTION AND REPAIR FACILITIES (Z2ED)

Set Aside

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

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting bids for concrete repairs to Dry Docks 2 and 3 at the Portsmouth Naval Shipyard in Kittery, Maine. This project, valued at over $10 million, includes a base bid and four optional repair tasks, with proposals due by August 22, 2025, at 11:00 AM EST. The work is critical for maintaining the operational integrity of the shipyard's dry docks, which are essential for naval vessel construction and repair. Interested small businesses must comply with various federal contracting regulations, including minimum wage requirements, and are encouraged to contact Jonathan Erickson at jonathan.p.erickson3.civ@us.navy.com for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This document compiles questions and answers regarding a government bid for work in Dry Dock 2, likely a federal or state RFP. Key inquiries include the feasibility of single-phase work and continuous scaffolding installation in Dry Dock 2, which was confirmed as possible with coordination. Clarification on referencing sheet S104 instead of S301 for concrete repair information was also provided. Other questions covered requests for bid extensions (denied), Div 3 specifications (available in the package), offsite laydown space (unavailable), and responsibility for locating utilities (contractor's responsibility). The Navy does not provide approved lists for subcontractors or vendors. Boom lifts are allowed if EM385 compliant, but continuous topside crane access is not guaranteed. Specifications for Polymer Modified Concrete are in sections 03 31 29.10 and 03 01 00. Extended outages for concrete repairs require detailed proposals, and contractors must provide proposed shoring capacities for government review. The bid form will not be modified for unit pricing, and no further site visits will be scheduled.
    The document, titled "FY25 Audit Repairs Bundle," is a submittal register outlining required documentation for a government contract. It details various submittals categorized by type (Preconstruction, Product Data, Shop Drawings, Samples, Design Data, Test Reports, Certificates, and Closeout Submittals) and includes specific items like written NDT practices, daily reports, AISC certifications, concrete mixture data, welding qualifications, and steel certifications. The register covers a wide range of construction and repair activities, emphasizing quality control, testing, safety, and environmental compliance. Key areas include non-destructive testing, concrete work (mixtures, curing, placement, quality control), demolition, hazardous material handling (PCBs), welding procedures, and structural steel components. The document ensures all aspects of the project, from initial planning to final closeout, meet specified government and industry standards, with a strong focus on material quality, personnel qualifications, and comprehensive reporting.
    The FY25 Audit Repairs Bundle document outlines the required submittals for a construction project, detailing various preconstruction submittals, test reports, and certificates necessary for compliance with federal standards. It consists of a comprehensive submittal register broken into categories, including preconstruction submittals (e.g., written practices, existing conditions), test reports (daily reports, pull-off tests), and certificates (AISC certification, personnel qualifications). Each entry specifies the relevant specifications and requirements for documentation, along with notes on the timeline for contractor actions. Key elements reflect a systematic approach to ensure that every aspect of the construction project— from materials to procedures— adheres to the necessary regulatory standards. The document emphasizes the importance of proper documentation and verification processes to maintain quality control and safety measures throughout the project lifecycle. Moreover, it serves as a crucial guide for contractors in understanding their obligations and timelines, facilitating coordination with approving authorities and ensuring the project meets local and federal compliance requirements.
    The DBIDS ACCESS REQUEST FORM (NAVSHIPYD PTSMH 5500) is a document for companies and individuals to request access to the Portsmouth Naval Shipyard. It requires submission of comprehensive information, including the full name, title, phone number, and company name of the individual seeking access, as well as the corporate legal name, address, and contact information of the company. The form also asks whether the company is the primary contractor or a subcontractor and if any personnel are foreign nationals. It specifies the requested timeframe for access (e.g., 0600-1800, 24 hours, weekdays only) and requires information from a shipyard sponsor, including their name, organization, title, phone number, and email. The form also mandates the contract or project number and its expiration date. Submissions are to be sent via email to PNSDBIDS@navy.mil, with a note that only one company access request should be submitted, and individual employee requests are handled separately.
    The DBIDS Access Request Form is designed for companies seeking access to the Portsmouth Naval Shipyard. It requires comprehensive information including the requesting individual’s name, title, contact details, and the legal name of the company. The form stipulates whether the company is a primary contractor or subcontractor and asks for details about foreign personnel if applicable. Additionally, it specifies the desired access timeframe and mandates a sponsor from shipyard personnel to endorse the request. The sponsor's contact information is also provided to facilitate communication. Only one access request per company is permitted, to be submitted to a designated email address. This document outlines the necessary steps for contractors and their personnel to gain authorization for access to sensitive naval facilities and ensures compliance with security regulations. The form revision date is indicated as December 16, 2019, highlighting the need for updated procedures in line with contemporary access protocols.
    The document outlines an in-house design project by NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND ~ MID-ATLANTIC, specifically for PWD-MAINE, focusing on various repair, construction, and infrastructure improvement efforts at Portsmouth Naval Shipyard in Kittery, ME, encompassing Dry Dock No.2, Dry Dock No.3, and potentially Dry Dock No.1. The project involves detailed plans and notes covering general construction, erosion control, traffic management, fire lanes, utility coordination, and specific repair methodologies for concrete and reinforcing steel. It includes extensive site plans, elevations, and sections for the dry docks, detailing demolition, tunnel, trench, pump well, and structural repairs. The electrical scope covers site plans, tunnel plans, and pump well motor room layouts. The comprehensive documentation, identified by drawing numbers G001DD2-25-1674 through E102DD2-25-1697, emphasizes thorough planning for site logistics, structural integrity, and utility systems within the shipyard environment.
    The Naval Facilities Engineering Systems Command - Mid-Atlantic has outlined a series of in-house design plans for the Portsmouth Naval Shipyard in Kittery, Maine. This document includes detailed lists of drawings addressing various aspects of construction and demolition, focusing on the design and repair of critical structures such as Dry Docks No. 2 and No. 3. The plans encompass essential construction notes, field specifications, utility locations, and temporary fencing requirements. Specific areas covered include erosion and traffic control, reinforcing steel and concrete repair guidelines, and detailed site and layout plans for both dry docks, indicating work areas and utilities. Additionally, the document provides graphic scales, keynotes, and demolition sections to assist in precise implementation. The purpose of these designs aligns with government RFP protocols, emphasizing safety, structural integrity, and adherence to federal and local standards. The documentation serves as a comprehensive guide for contractors and engineers involved in the execution of the shipyard constructions and rehabilitations, reinforcing the Department of Defense's commitment to infrastructure modernization and maintenance.
    This Bid Form outlines proposed FY25 Audit Repairs for the Portsmouth Naval Shipyard in Kittery, Maine. It details various repair projects across different dry docks (DD1, DD2, and DD3), categorized into several line items with corresponding descriptions. The bid structure includes sections for material, labor, and equipment costs, as well as line items for Sub-KTR Performance Value, Prime KTR Div 01 & Project Management Costs, General Home Office Overhead (G&A), Profit, and Bond. The document specifies both a base bid (CLIN 0001) and four optional bids (CLIN 0002 to CLIN 0005), each with a firm fixed price proposal amount. Contractors are instructed to refer to Contract Documents and the Repair Bid Schedule for detailed information.
    The document is a bid form for the FY25 Audit Repairs project at the Portsmouth Naval Shipyard in Kittery, Maine. It outlines a series of repair items requiring contractor bids. Each line item lists specific repair tasks, such as wall spall repairs, drainage installations, and concrete repairs, with designated quantity units and placeholders for cost estimations on materials, labor, equipment, and other associated expenses. The bid includes details for General & Administrative costs, profit margins, and bonding percentages to finalize the total proposal amount. The structure of the document is organized by line item number, describing various elements of the repair work required to ensure the facility's integrity and functionality. The intent behind this document is to solicit competitive bids from contractors to undertake necessary repairs, thereby ensuring compliance with federal regulations and standards for infrastructure maintenance. This process signifies the federal government's ongoing commitment to maintaining naval facilities by ensuring they are safe and operational for military needs. The inclusion of specific repair tasks showcases targeted areas of concern within the shipyard, which need to be addressed in efficient, cost-effective manners.
    The Local Visitor Request Form PTSMH 5521/1 (REV 11 OCT 2012) is used to request access to the Portsmouth Naval Shipyard. The form requires information such as visit start and end dates, the requesting shop/code/organization, and whether the visit is classified or escorted. Visitors must provide their name, US citizenship status, state of residence, and if not escorted, their SSN/Date of Birth. The form also includes sections for special requirements like camera, laptop/PDA, U-NNPI, and shipboard access permits. A PNS Sponsor must sign and date the form. The Privacy Act Statement on the form clarifies that the information collected is for adjudicating access to the shipyard and maintaining visit statistics, with the Social Security Number being voluntary but potentially impacting the request if not provided.
    The Local Visitor Request Form (PTS-5521/1) is utilized for scheduling visits to the Portsmouth Naval Shipyard, requiring essential details for visitor access. The form must be submitted to the Pass & ID Office and includes fields for visit dates, organization details, visitor information, and special requirements such as camera and device permits. It distinguishes between classified and escorted visits, mandating specific procedures for each. The Privacy Act Statement informs users about the legal basis for data collection, emphasizing the voluntary nature of providing personal information, including Social Security numbers, while noting that omissions could lead to request denial. Overall, this form facilitates organized visitor management, ensuring security and adherence to protocols.
    This document is an Abstract of Offers for the N4008525B0001 solicitation, issued by NAVFAC MID ATLANTIC for the "Concrete Repairs DD2 and DD3, Kittery, ME" project. The solicitation was issued and opened on August 22, 2025, with one amendment. Six offers were received from various contractors, including Engineered Construction Services, Inc., Swan Contracting, Lucianos Excavation, Inc., P&S Construction, Inc., and CCB, Inc. The document details the base bids and four options (Option 1-4) from each offeror, along with their total bid amounts, ranging from $8,995,721.00 to $15,158,007.72. All offerors acknowledged amendments and provided bid security. The abstract was certified by Jon Erickson, Contracting Officer.
    The Portsmouth Naval Shipyard in Kittery, ME, has implemented a virtual queuing system at its Pass Office to eliminate physical lines and improve efficiency. This new system allows individuals to join a virtual line for services, saving time and enabling them to wait from any location. Users can join the line by scanning a QR code to download the QLess app, accessing a dedicated website (https://kiosk.na4.qless.com/kiosk/app/home/191), or by providing their information to a greeter at the Pass Office. Once in line, users can receive text message updates on their position, move back in line if needed, and get notified when they reach the front. The system aims to enhance the waiting experience for visitors and personnel at the shipyard.
    The Portsmouth Naval Shipyard has implemented a virtual queuing system, allowing individuals to manage their time effectively while waiting for services at the Pass Office. By entering their cellphone number, users can receive real-time updates and alerts regarding their position in line, enabling them to wait from anywhere instead of physically standing in line. The system offers several methods to join the virtual line, including using a mobile app, scanning a QR code, or checking in with a greeter at the Shipyard. Upon joining, users are provided with text confirmations and can request to move back in line as needed. This initiative emphasizes the Shipyard's commitment to improving service efficiency and customer experience by leveraging technology.
    The document, likely a component of a government RFP or grant, outlines requirements for a project involving upgrades or modifications to a system. It details specific standards and procedures, including those related to electrical systems, potentially referencing a voltage of 677. The file emphasizes adherence to established guidelines and proper handling of components. Key sections appear to address technical specifications, operational procedures, and potentially safety or compliance measures. The repeated numeric sequences and symbols suggest a structured, technical document that provides detailed instructions or parameters for a specific task or system implementation. The document's purpose is to guide the execution of a project, ensuring all technical and procedural requirements are met.
    The document appears to consist of assorted information relevant to federal and local Requests for Proposals (RFPs) and grants, though its content is largely obscured by garbled text. Based on the segments that can be parsed, the purpose seems to involve providing guidelines or frameworks for these proposals related to specific projects or funding applications. Key ideas likely involve criteria for proposal submissions, project goals, eligibility requirements, and funding limits that are crucial for applicants seeking federal or state support. Supporting details may elaborate on compliance standards, application processes, and assessment criteria for evaluation, although these specifics remain indistinct due to the document's encoding issues. Overall, the document serves a practical function, seeking to inform potential applicants about the intricacies of engaging with governmental funding opportunities and the necessary steps for compliance and successful proposal submissions.
    The SECNAV 5512/1 form, effective May 2021, is for registering individuals for Department of the Navy (DoN) Local Population ID Cards and Base Access Passes. Its primary purpose is to control physical access to DoD, DoN, and U.S. Marine Corps installations and facilities, using biometric data and other information for identity verification and security. The form collects extensive personal information, including identity proofing documents, demographic data, home and employment details, and requires disclosure of prior felony convictions. Applicants authorize background checks, including queries to the National Crime Information Center (NCIC) and Terrorist Screening Database, to determine fitness for access. The form emphasizes that providing information is voluntary, but denial of access may result from non-disclosure. It also outlines the requirement to return the ID card upon expiration or termination of employment. The Base Commanding Officer retains final authority for granting access.
    The SECNAV 5512/1 form serves as the Local Population ID Card and Base Access Pass Registration, aimed at controlling access to Department of Defense (DoD) and Department of the Navy (DoN) installations. It outlines the legal authorities for collecting personal data, such as Social Security numbers, identification documents, and biometric data, to ensure security at military facilities. The primary purpose is to verify identities, manage badge issuance, and maintain records for access to sensitive areas. The document requires applicants to provide detailed personal information, including race, gender, and background checks for felony convictions. Voluntary registration may result in access denial if information is not provided. It signifies adherence to various directives regarding physical access control and identity management within the DoD. The form also stresses the confidential treatment of information and includes instructions for completing the application. Final access decisions rest with the Base Commanding Officer. Overall, the document reflects the DoD's commitment to enhancing security through rigorous identity verification processes while balancing the need for controlled access to military facilities.
    This document outlines requirements for a federal government Request for Proposal (RFP) or grant, focusing on infrastructure upgrades, system modernization, and comprehensive facility improvements. Key areas include assessments of existing conditions, detailed planning for mechanical, plumbing, and fire suppression systems, and adherence to regulatory standards. The project emphasizes integrating new equipment, ensuring maintenance accessibility, and implementing stringent safety protocols like infection control and fire watches. The document also specifies various essential components such as project management, technical requirements, and compliance with federal guidelines. It outlines critical contact information and submission details, underscoring the need for thoroughness and adherence to all specified conditions for successful project execution.
    The government file pertains to various funding opportunities, including federal and state RFPs. It outlines potential grants available for community enhancement initiatives focusing on infrastructure improvements, education, and public service engagement. Key themes include collaboration between federal and local governments, emphasizing the need for adherence to regulatory guidelines and standards throughout project implementation. The document highlights the importance of assessing existing conditions before undertaking any physical changes, as well as the necessity for environmental safety measures. A structured approach is advocated, where stakeholders must outline clear objectives, methodologies, and anticipated outcomes to secure funding. Overall, this file serves as a crucial guide for entities seeking federal and state support in executing projects that benefit community welfare while ensuring compliance with established regulations.
    This government solicitation, N4008525B0001, is a total small business set-aside for concrete repairs to Dry Docks 2 and 3 at Portsmouth Naval Shipyard, Kittery, ME, with a project value exceeding $10,000,000.00. The scope includes base bid work and four options for additional repairs. Proposals are due by August 22, 2025, 11:00 AM EST, and must include a completed SF 1442 with lump sum pricing for all items and a bid bond guarantee of 20% of the bid price or $3,000,000.00, whichever is less. A mandatory site visit is scheduled for August 5, 2025, at 11:00 AM Local Time. The contract is a Firm Fixed Price type with a base performance period of 375 calendar days. Contractors must comply with various FAR and DFARS clauses, including those regarding small business subcontracting limitations, wage rate requirements, and electronic invoicing. Minimum insurance requirements are also specified.
    This government file details a request for proposal (RFP) amendment, likely related to a federal, state, or local government contract. The amendment outlines changes to specific items and sections within the original solicitation. Key aspects include modifications to contract clauses, administrative changes regarding contact information, and updates to the solicitation's terms. The document also specifies requirements for acknowledgement of the amendment by offerors, including signature and date fields for individuals authorized to bind the offeror. It emphasizes the importance of these changes for compliance and proper execution of the contract. The file also includes administrative codes and dates related to the amendment's issuance and effective date.
    This government file details a request for proposal (RFP) for a construction project, likely involving federal or state funding. It outlines administrative changes, including modifications to contract terms and contact information for inquiries. The document emphasizes strict adherence to federal and state worker's compensation and occupational disease laws, as well as specific insurance requirements, including comprehensive general liability, automobile liability, and worker's compensation, with set minimum coverage amounts. It also specifies a performance period of 300 calendar days from the award date, with options for additional days. The RFP includes a list of essential documents for bidders and highlights that all changes will be issued via amendments and posted on the government website. The project's overall purpose is to ensure compliance and proper execution of work under government regulations.
    This government file outlines modifications to federal contract clauses related to minimum wage requirements under Executive Orders 14026 and 13658. It details the applicability of these orders, specifying the minimum wage rates for covered workers performing on or in connection with federal contracts. For contracts entered into on or after January 30, 2022, or renewed/extended on or after that date, the minimum wage is $15.00 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, that are not renewed or extended, the minimum wage is $11.25 per hour. The document emphasizes that these rates are subject to annual adjustments. Contractors must comply with these minimum wage requirements, and if a necessary classification for contract performance is not listed, a conformance request must be submitted. This ensures adherence to fair wage standards in government contracting.
    The document outlines a Request for Proposals (RFP) for construction work involving concrete repairs to Dry Dock 2 and Dry Dock 3 at the Portsmouth Naval Shipyard in Kittery, Maine. The total project value exceeds $10 million, and the solicitation is set aside for small businesses under the NAICS code 237990. Bids are due by August 22, 2025. The contractor must provide performance and payment bonds and ensure compliance with various regulations, including minimum wage requirements under the Davis-Bacon Act. Additionally, bidders must submit specific documentation, such as the Standard Form 1442, acknowledgments of amendments, and a bid bond guarantee. A site visit is scheduled for August 5, 2025, with strict access and safety protocols outlined for attendees. The document stresses the importance of adhering to submission deadlines and performance periods, highlighting that delays will incur liquidated damages. Moreover, it emphasizes that proposals must contain lump sum pricing for the base bid and optional work items. The contract stipulates conditions and limitations on subcontracting to ensure compliance with small business regulations. Overall, the solicitation provides comprehensive guidelines for potential offerors aiming to participate in this federal construction project.
    This document outlines work restrictions and requirements for projects at the Portsmouth Naval Shipyard (PNSY), specifically for Design-Bid-Build and Design-Build contracts. It details general requirements, access and use of premises, security regulations, and safety protocols, including radiological, fire prevention, and critical infrastructure guidelines. Key areas covered include strict procedures for utility and service interruptions, crane and railroad trackage outages, and work adjacent to Controlled Industrial Area (CIA) fencing, all requiring prior approval and coordination. The document also specifies personnel and vehicle access requirements, rules regarding electronic devices, and policies on hazardous materials. Adherence to these regulations is critical for safety, security, and project success, with non-compliance leading to significant penalties.
    The NAVFAC Midlant Public Works Department has outlined specifications for Design-Bid-Build and Design-Build projects at the Portsmouth Naval Shipyard in Maine. The document details general requirements for managing work restrictions, safety protocols, and administrative requirements. It emphasizes the need for governmental approvals for submittals, especially those affecting facility utility services and operations. Key points include strict scheduling and notification processes for utility interruptions, regulations for entering restricted areas, and comprehensive safety and fire prevention measures. The document also mandates the coordination of work adjacent to critical infrastructure and requires the submission of a Risk Mitigation Plan for any impactful construction activities. Personnel must be U.S. citizens to access the site, adhere to security requirements, and obtain necessary identification and vehicle passes. The documentation indicates a commitment to safety, efficiency, and reduced disruption to ongoing operations at the shipyard, while also addressing environmental controls and proper waste management practices. This thorough specification ensures compliance with federal government standards and safety regulations necessary for contractors involved in the projects.
    Lifecycle
    Similar Opportunities
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM ATLANTIC), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, alteration, and repair projects primarily at the Portsmouth Naval Shipyard (PNSY) in Kittery, Maine, and the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia. The contract encompasses a range of general, industrial, and waterfront construction projects, with an estimated construction magnitude between $1,000,000 and $50,000,000. This procurement is critical for supporting the Strategic Integrated Operations Plan (SIOP) and ensuring the operational readiness of naval facilities. Interested firms must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with all inquiries directed to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749. The solicitation ID has been updated to N62470-26-R-0012, and all proposals must adhere to the outlined requirements and deadlines specified in the attached documents.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Building 171 Machine Shop at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project, estimated to cost between $10 million and $25 million, involves extensive repairs and modernization efforts, including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, with a completion deadline of 630 calendar days from the award date, anticipated for February 10, 2026. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is soliciting proposals for the Military Construction Project (MILCON) P1080, which focuses on Power Reliability and Water Resiliency Upgrades at the Portsmouth Naval Shipyard in Kittery, Maine. The project aims to enhance the electric and water utility systems that support nuclear-powered submarines and associated facilities, involving significant upgrades to power distribution, energy storage, and water infrastructure. This initiative is critical for ensuring the operational reliability and resiliency of essential military utilities. Proposals are due by February 10, 2026, with a mandatory site visit scheduled for December 16, 2025, requiring prior security clearance and proof of U.S. citizenship. Interested parties can contact Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further information.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
    DRY DOCK USCG BEAR FY26 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dry dock repairs for the USCGC BEAR (WMEC 901) in fiscal year 2026. The procurement involves dry dock services, temporary cutter services, and the repair and preservation of ballast tanks, with work required to be performed within a 50-mile radius of the vessel's homeport in Portsmouth, VA, from July 20 to August 9, 2026. This opportunity is crucial for maintaining the operational readiness of the cutter, which plays a vital role in maritime safety and security. Interested parties must submit their information, including company details and past performance, by December 29, 2026, at 11:00 am EST, and must be registered in SAM to participate. For further inquiries, contact Chelsea Clark at Chelsea.Clark@uscg.mil or Kaity George at kaity.george@uscg.mil.
    Construction-NUWCDIVNPT B6 Dock Leveling Project
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the B6 Dock Leveling Project in Newport, Rhode Island. This construction project aims to address specific leveling requirements for the dock, which is crucial for operational efficiency and safety. Contractors interested in this opportunity must have an active registration in SAM.gov and can request access to detailed drawings and specifications, which are necessary for preparing their proposals. For further inquiries, interested parties may contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil. This solicitation is set aside for small businesses, and the relevant solicitation number is N6660426R0060.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    Spud Barge CE 869 Dry Dock
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, New Orleans District, is seeking quotes for the dry docking and repair of the Spud Barge CE 869, under a total small business set-aside contract. The project entails extensive repairs including hull plating renewal, structural framing, and modifications to spud wells, along with compliance to strict quality control and safety protocols. This contract is critical for maintaining marine equipment essential for national defense and emergency preparedness, with a target dry dock entry date of March 23, 2026, and completion required within 60 calendar days of vessel delivery. Interested contractors must submit their quotes by January 5, 2026, and can contact Taylor H. Brandon or Karen D. Hargrave for further information.
    USS FORREST SHERMAN FY22 EM01 J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the emergent repair of the USS FORREST SHERMAN, with the work to be performed at the Mid Atlantic Regional Maintenance Center in Norfolk, Virginia. This procurement involves non-nuclear ship repair services, which are critical for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Lyn E. Sylfest at lyn.sylfest@navy.mil or by phone at 757-434-0891 for further details regarding the contract. The opportunity is categorized under PSC code J998, indicating its focus on ship repair services.