ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Fire Watch/Tank Watch

DEPT OF DEFENSE N4215826QS005
Response Deadline
Mar 4, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for Fire Watch and Tank Watch services. The procurement involves providing labor support for fire watch and tank watch personnel, including roles such as Program Manager, Project Manager, and Supervisors, with a performance period from June 16, 2026, to June 15, 2027. This contract is critical for ensuring safety and compliance during shipbuilding and repair operations, adhering to federal, state, and local regulations. Interested parties must submit their proposals by March 4, 2026, and can direct inquiries to Melissa White at melissa.e.white13.civ@us.navy.mil or Alicia Almberg at alicia.l.almberg.civ@us.navy.mil.

Classification Codes

NAICS Code
336611
Ship Building and Repairing
PSC Code
J998
NON-NUCLEAR SHIP REPAIR (EAST)

Solicitation Documents

23 Files
Attachment 10 - CDRL A003 (3)_Redacted.pdf
PDF178 KB2/26/2026
AI Summary
The document is a Contract Data Requirements List (CDRL) for a federal government contract, likely an RFP, focusing on attendance reporting for the Firewatch/Tankwatch system. It outlines the requirement for a weekly time sheet, titled "ATTENDANCE REPORT" (Data Item A003). Key details include the requirement for submission in EXCEL format to specific Norfolk Naval Shipyard (NNSY) contacts, with the first submission due the first normal business day after the contractor employee has worked a week (Sunday to Saturday). Subsequent submissions are required for personnel replacements, and the last submission is due one week after task order completion. The report needs to include the employee's name, badge number, labor category, job order, project/shop, and daily straight/overtime hours. Distribution is authorized to U.S. Government agencies and their contractors.
Attachment 11 - CDRL A004 (4)_Redacted.pdf
PDF174 KB2/26/2026
AI Summary
The document is a Contract Data Requirements List (CDRL) for a "FUNDS AND MAN-HOURS EXPENDITURE REPORT" pertaining to the "Firewatch/Tankwatch" system/item. This report, identified as Data Item A004, requires monthly submissions of man-hour status with metrics, as per PWS Para 4.1. The first submission is due the first week of the month following the Task Order's start, with subsequent submissions every 35 calendar days or within seven days after each calendar month end. The final submission is one week after Task Order completion. All reports must be submitted electronically in EXCEL format to the NNSY COR/TPOC. Distribution is authorized to U.S. Government agencies and their contractors, with specific addressees including NNSY TPOC, NNSY COR, and NNSY C452. Contact information for NNSY representatives will be determined at contract award.
Attachment 12 - CDRL A005 (5)_Redacted.pdf
PDF178 KB2/26/2026
AI Summary
The document is a Contract Data Requirements List (CDRL) for a Certification Data Report related to Shipyard Mandatory Annual Training Records for the Firewatch/Tankwatch system/item. It specifies that the report, identified as A005, is required by the Norfolk Naval Shipyard (NNSY C900R, C400, C452) based on PWS Para 4.1, 5.7. The report is to be submitted electronically in Excel format to the NNSY COR/TPOC. The first submission is due by 12 noon on the Thursday prior to onboarding, with subsequent submissions required weekly until 100% manning is achieved and for replacement personnel. The last submission is upon completion of the Task Order. Distribution is authorized to U.S. Government agencies and their contractors.
Attachment 1 - Performance Work Statement (PWS)_Redacted.pdf
PDF1046 KB1/29/2026
AI Summary
This Statement of Work outlines the requirements for Fire Watch and Tank Watch "touch labor" support at Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia, and NSN, Norfolk, Virginia. The contractor must provide qualified personnel for NNSY's 1st and 2nd shifts, including 32 fire watch/tank watch personnel for the 1st shift and 8 for the 2nd. The contract specifies roles and responsibilities for Program Managers, Project Managers, and Supervisors, emphasizing compliance with federal, state, and local safety and environmental regulations. Key requirements include specific training and qualifications for Fire Watch and Tank Watch personnel, adherence to quality control measures, and participation in shipyard-wide efforts like "Clean the Shipyard Day." The document details material and equipment provision (some by the contractor, some by the government), personnel change-out procedures, and extensive training requirements, including those for confined spaces, fall protection, and various hazardous materials. Security, badging (red badging required for all trades), access to classified information, and restrictions on portable electronic devices (PEDs) are also covered. Finally, the contractor is responsible for manpower reporting via SAM.gov and adhering to injury reporting protocols.
Attachment 2 - OPSEC Plan.pdf
PDF656 KB2/26/2026
AI Summary
The Norfolk Naval Shipyard (NNSY) Operations Security (OPSEC) Plan for Contractors outlines mandatory security requirements for contractors handling sensitive information. This plan, applicable to both classified and unclassified work, defines Critical Information (CI) as data needing protection from adversaries. It details a five-step OPSEC process: identifying CI, analyzing threats and vulnerabilities, assessing risks, and applying countermeasures. Contractors are responsible for implementing this plan, including training and adherence to procedures, with NNSY Security providing support. The plan prohibits removing Naval Nuclear Propulsion Information (NNPI) from the shipyard without approval and restricts posting sensitive government operational details or personnel information online. It also outlines countermeasures such as restricting verbal discussions of CI, safeguarding internal production schedules, and proper destruction of unneeded CI. The plan includes a strict Portable Electronic Device (PED) policy, prohibiting personal photography and unauthorized use of devices in restricted areas. Contractors must complete Cyber Awareness, OPSEC, and CUI training. Unauthorized disclosure of CI can lead to contract termination or personnel removal, with investigation into misconduct possible. Contractors must report any compromise of CI to the Command Security Manager (CSM) or NCIS. The Prime Contractor is responsible for ensuring compliance, protecting personnel identities, and submitting the signed OPSEC Security Plan prior to contract award.
Attachment 3 - DD 254.pdf
PDF61 KB2/26/2026
AI Summary
The document is not a government file but rather a placeholder message indicating that the PDF viewer cannot display the document's content. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and assistance. This message is unrelated to government RFPs, federal grants, or state/local RFPs, serving solely as a technical notification for document viewing issues.
Attachment 13 - CDRL A006 (6)_Redacted.pdf
PDF176 KB2/26/2026
AI Summary
This document, a Contract Data Requirements List (CDRL), outlines the requirements for submitting a "SYLLABUS TRAINING PLAN/RECORDS" for the "Firewatch/Tankwatch" system/item. It specifies that the data item (A006) is required under PWS Paragraphs 4.1 and 5.7. Key submission details include a weekly frequency, with the first submission due by 12 noon on the Thursday prior to onboarding, and subsequent submissions following the same schedule until 100% manning is achieved or personnel are replaced. The report must be submitted electronically in EXCEL format to the NNSY COR/TPOC. Distribution is authorized to U.S. Government agencies and their contractors, with specific contact information for NNSY representatives to be determined at contract award. The last submission is upon completion of the Task Order, with an approval date of September 22, 2025.
Solicitation Amendment N4215826QS0050001 SF 30.pdf
PDF591 KB2/26/2026
AI Summary
The document is an amendment to Solicitation Number N4215826QS005 for the Norfolk Naval Shipyard, effective January 28, 2026. This amendment, identified as N4215826QS0050001, primarily addresses corrections within the Performance Work Statement (PWS) and modifies the Contract Line Items (CLINs) by changing their status from “Option” to “No.” Specifically, CLINs 0002 through 0007 were updated. The original PWS attachment was deleted and replaced with a corrected version. The amendment also specifies procedures for offerors to acknowledge receipt, either by completing designated items on the form, acknowledging on offer copies, or through separate communication, emphasizing that failure to acknowledge prior to the specified hour and date may lead to rejection of the offer. This modification ensures that the solicitation accurately reflects the required services and terms.
Attachment 14 - CDRL A007 (7)_Redacted.pdf
PDF180 KB2/26/2026
AI Summary
The document is a Contract Data Requirements List (CDRL) for
Attachment 15 - CDRL A008 (8)_Redacted.pdf
PDF154 KB2/26/2026
AI Summary
This Contract Data Requirements List (CDRL) specifies the requirement for a Contractor's Personnel Roster, titled "Manning Forecast," for the Firewatch/Tankwatch system/item. The roster, identified as Data Item A008, is mandated by PWS Paragraphs 4.1, 5.7, and 10. It requires weekly electronic submission in Microsoft Excel 2016 or higher format to the NNSY designated representative, with the first submission due one week prior to the badging event for each contractor employee. The document emphasizes a public release distribution statement, indicating unlimited distribution. Key contacts for NNSY, including the COR, ACOR, Contracting Officer, and TPOC, will be determined at contract award. This CDRL ensures that the government maintains an up-to-date record of contractor personnel and their forecasted deployment.
Attachment 16 - Questions and Answers.pdf
PDF37 KB2/26/2026
AI Summary
This document addresses questions regarding a government solicitation for Fire Watch/Tank Watch services. It clarifies that all supervisors provided must submit resumes, confirms the continued use of the forklift classification for Firewatch occupation codes, and states that an amendment will be issued to correct the period of performance for all CLINs to May 1, 2026 – April 30, 2027, as there are no Option CLINs.
Solicitation Amendment N4215826QS0050002 SF 30.pdf
PDF605 KB2/26/2026
AI Summary
This amendment to solicitation N4215826QS0050002 revises several key aspects of the original Request for Proposal (RFP). The solicitation closing date and time are extended to March 2nd, 2026, at 11:00 AM EST. The Periods of Performance for all Contract Line Items (CLINs) are updated from May 1, 2026 – April 30, 2027, to June 16, 2026 – June 15, 2027. Additionally, FAR 52.212-1 and FAR 52.212-2 are revised to require quotes to remain valid for 120 days instead of 60. The document also details instructions for offerors, outlining requirements for technical capability, key personnel resumes with specific education and experience for Program/Project Managers and Supervisors, and capacity submission. Award will be made to the lowest-priced offeror with acceptable technical capability and capacity ratings. Questions regarding the amendment must be submitted by January 28, 2026, at 11:00 AM EST.
Solicitation - N4215826QS005.pdf
PDF1939 KB2/26/2026
AI Summary
This government solicitation, N4215826QS005, is for Women-Owned Small Business (WOSB) for Fire Watch and Tank Watch services at Norfolk Naval Shipyard. The solicitation, issued on December 5, 2025, with an offer due date of February 20, 2026, details requirements for standard and overtime hours for Fire Watch/Tank Watch, Program Manager, Project Manager, and Supervisor roles. Key clauses include definitions, government approval, and on-site safety requirements, emphasizing contractor adherence to safety regulations and reporting. The document outlines inspection and acceptance at destination, with a period of performance from May 1, 2026, to April 30, 2027. It also incorporates DFARS and FAR clauses, particularly for electronic invoicing via Wide Area WorkFlow (WAWF) and limitations on subcontracting, ensuring compliance and efficient contract administration.
Attachment 1 - Performance of Work Statement_Redacted.pdf
PDF363 KB2/23/2026
AI Summary
This Statement of Work outlines the requirements for Fire Watch and Tank Watch touch labor services at Norfolk Naval Shipyard (NNSY) and NSN, Norfolk, VA. The contractor must provide 32 fire watch/tank watch personnel for the first shift and 8 for the second shift, along with a Program Manager, Project Manager, and Supervisors. The period of performance is May 1, 2026, to April 30, 2027. Personnel must meet specific qualifications, including training in PPE, electrical safety, confined space entry, fall protection, and fire/tank watch duties in accordance with OSHA and NAVSEA standards. The contractor is responsible for providing certain equipment, while the government supplies fire extinguishers and identification. All personnel require a Secret security clearance and red badging, necessitating a DBIDS card and verification through DISS. Contractor manpower reporting is required via Sam.gov.
Attachment 4- Wage Determination.txt
Text46 KB2/26/2026
AI Summary
This document, Wage Determination No. 2015-4341 Revision No. 32, issued by the U.S. Department of Labor, details minimum wage rates and fringe benefits for various service occupations in specific counties of North Carolina and Virginia. It lists numerous job titles across categories like administrative support, automotive, food service, health, information technology, and maintenance, along with their corresponding hourly rates. The document also outlines fringe benefits including health & welfare, vacation, and holidays, and provides guidance on paid sick leave for federal contractors under Executive Orders 13706 and 13658. Special provisions are noted for computer employees, air traffic controllers, and weather observers, including night and Sunday pay. Additionally, it specifies hazardous pay differentials and uniform allowance requirements, and describes the conformance process for unlisted job classifications under the Service Contract Act.
Attachment 5 - Pricing Sheet.xlsx
Excel12 KB2/26/2026
AI Summary
The document provides a breakdown of labor costs for various job titles, including FireWatch/Tank Watch, Program Manager, Project Manager, and Supervisor. It details the standard pay rate, overtime pay rate, standard hours, and overtime hours for each position, culminating in a total standard pay and total overtime pay. The summary indicates that all listed roles had zero overtime hours and zero overtime pay. The overall total for standard pay across all positions is $83,440, with a total overtime pay of $20,110, although the individual OT Total column is listed as zero. This document likely serves as a component of a larger federal or state RFP or grant application, outlining personnel costs for a proposed project or service.
Solicitation Amendment N4215826QS0050003 SF 30.pdf
PDF579 KB2/26/2026
AI Summary
This document is Amendment/Modification Number 0003 to Solicitation Number N4215826QS005, issued by the Norfolk Naval Shipyard GF on February 23, 2026. The purpose of this amendment is to update the Contract Line Item Numbers (CLINs) to reflect additional hours due to a shift in the period of performance, add an updated Performance Work Statement with corrected hours, and extend the solicitation closing date and time to March 4, 2026, at 11:00 AM EST. The amendment specifically modifies quantities for CLINs 0001, 0002, 0004, 0005, 0006, and 0007, increasing them by 4,960, 1,240, 4, 263, 320, and 64 respectively. It also replaces the original "Attachment 1 - Performance of Work Statement" with a new "Performance of Work" attachment. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are considered.
Attachment 1 - Performance of Work Statement.pdf
PDF324 KB2/26/2026
AI Summary
This Statement of Work outlines the requirements for Fire Watch and Tank Watch touch labor personnel at Norfolk Naval Shipyard (NNSY), Portsmouth, Virginia, and NSN, Norfolk, Virginia. The contractor must provide 32 fire watch/tank watch personnel for the 1st shift and eight for the 2nd shift, along with a Program Manager, Project Manager, and Supervisors. The Period of Performance is June 16, 2026, to June 15, 2027. All work must comply with federal, state, and local environmental and safety regulations. Personnel require red badging and a minimum security clearance of Secret, with specific training and qualifications outlined in 29 CFR 1915 and NFPA 70E. The contractor is responsible for providing certain equipment and ensuring adherence to all safety protocols, quality control, and reporting requirements.
Attachment 6 - Capacity Sheet.xlsx
Excel17 KB2/26/2026
AI Summary
The document,
Updated Solicitation Amendment - N4215826QS0050003.pdf
PDF1939 KB2/26/2026
AI Summary
This government solicitation (N4215826QS0050003) is a Request for Quote (RFQ) for Women-Owned Small Businesses (WOSB) to provide Fire Watch/Tank Watch services at the Norfolk Naval Shipyard. The contract, issued on December 5, 2025, with an offer due date of March 4, 2026, seeks proposals for services including Fire Watch/Tank Watch (Standard and Overtime), Program Manager, Project Manager (Standard and Overtime), and Supervisor (Standard and Overtime) for a performance period from June 16, 2026, to June 15, 2027. The document outlines specific requirements for on-site safety, invoicing via Wide Area WorkFlow (WAWF), and adherence to various FAR and DFARS clauses, including those related to small business subcontracting, equal opportunity, and combating human trafficking. It also details the government's points of contact and responsibilities for contract administration.
Attachment 7 - QASP.pdf
PDF411 KB2/26/2026
AI Summary
The Quality Assurance Surveillance Plan (QASP) for NNSY Production Support Touch Labor on the USS Ford outlines the systematic methods and procedures for monitoring contractor performance. Issued on January 16, 2026, this plan is for informational purposes and will not be part of any Request for Proposal, Invitation for Bids, or resulting contract. It defines roles and responsibilities for personnel such as the Contracting Officer, COR, Cost Monitor, Project Manager, and Technical Point of Contact. The QASP emphasizes a performance-based management approach, focusing on achieving desired outcomes rather than scrutinizing contractor processes. It details surveillance techniques like random and periodic inspections, customer feedback mechanisms, and acceptable quality levels. The plan also covers quality assurance documentation, including monitoring forms and reporting procedures, to ensure the contractor meets performance standards and service levels outlined in the Statement of Work (SOW) and Attachment 1: Performance Requirements Summary. Attachments 2 and 3 provide forms for surveillance reports and documentation of poor performance.
Attachment 8 - CDRL A001 (1)_Redacted.pdf
PDF170 KB2/26/2026
AI Summary
This Contract Data Requirements List (CDRL) outlines the requirements for contractors to submit a "Contractor's Personnel Roster" for the Firewatch/Tankwatch system/item. The roster, identified as Data Item A001, is to include details on onboarding, training tracking, and replacement personnel. The submission authority is PWS Paras 5.6 & 5.7, with the requiring offices being NNSY C900R and C452. The document specifies an annual submission frequency, with the first submission due one week after contract award and subsequent weekly submissions until 100% manning is achieved or as required for personnel replacements. The report must be submitted electronically in EXCEL format to the NNSY COR/TPOC. Distribution is authorized to U.S. Government agencies and their contractors, with other requests referred to the Norfolk Naval Shipyard.
Attachment 9 - CDRL A002 (2)_Redacted.pdf
PDF156 KB2/26/2026
AI Summary
The Contract Data Requirements List (CDRL) outlines the requirement for a Certification Data Report (A002) for the Firewatch/Tankwatch system. This report, mandated by PWS Para 4.1.1.7 and 5.7, is crucial for tracking personnel qualifications for a government contract. It must include employee name, trade, qualifications, and expiration dates. The report is to be submitted electronically, with the first submission two weeks prior to the task order start, subsequent weekly submissions until 100% manning is achieved, and annually thereafter, or as personnel replacements occur. Distribution is restricted to U.S. Government agencies and their contractors. This ensures that all personnel working on the Firewatch/Tankwatch system are properly qualified and that their certifications are current.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 9, 2025
amendedAmendment #1· Description UpdatedJan 29, 2026
amendedAmendment #2· Description UpdatedJan 29, 2026
amendedAmendment #3· Description UpdatedFeb 19, 2026
amendedAmendment #4· Description UpdatedFeb 23, 2026
amendedLatest Amendment· Description UpdatedFeb 26, 2026
deadlineResponse DeadlineMar 4, 2026
expiryArchive DateMar 19, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NORFOLK NAVAL SHIPYARD GF

Point of Contact

Place of Performance

Portsmouth, Virginia, UNITED STATES

Official Sources