MOORING LINES
ID: N0040625Q0042Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

NAICS

Rope, Cordage, Twine, Tire Cord, and Tire Fabric Mills (314994)

PSC

FIBER ROPE, CORDAGE, AND TWINE (4020)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Puget Sound, is seeking qualified vendors for the procurement of mooring lines. This requirement is in support of the Military Sealift Command (MSC) and will be negotiated as a Total Small Business Set-Aside, in accordance with FAR 6.203. Mooring lines are critical for the safe docking and securing of naval vessels, ensuring operational readiness and safety at sea. The solicitation is expected to be posted on www.sam.gov around October 23, 2024, with a closing date anticipated on November 1, 2024. Interested parties should direct inquiries to Nicole Logan at nicole.d.logan.civ@us.navy.mil and are responsible for monitoring the website for updates and amendments.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    MOORING LINES
    Currently viewing
    Presolicitation
    Similar Opportunities
    40--Fiber Line
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking to procure fiber docking line for the Puget Sound Naval Shipyard and IMF maintenance operations. This requirement will be solicited on a 100% small business set-aside basis. The resultant contract will be a firm fixed price (FFP) type commercial purchase order. The FOB will be DESTINATION Bremerton, WA. The solicitation will be posted on or about 11 August 2017 on the Navy Electronic Commerce Online (NECO) web link at https://neco.navy.mil and will also be available for download at http://fedbizops.gov/. The closing date of the solicitation will be 10 days from posting. Interested firms must complete the entire solicitation document, provide all product technical specification documentation and technical compliance certifications, and ensure current registration in the SAM system at https://www.sam.gov/portal/public/sam.
    Rope Guard Assembly& Nut Plate
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for a firm fixed price supply contract for Rope Guard Assembly and Nut Plate intended for a U.S. vessel, with performance expected in Japan. This procurement is part of the support for the Ship Repair Facility Japan and will be conducted under FAR Part 12 and 13 procedures, emphasizing the importance of these components in maintaining naval operational readiness. The solicitation is anticipated to be posted around October 29, 2024, with a closing date on or about November 5, 2024, and interested parties must ensure they are registered in the System for Awards Management (SAM) to participate. For inquiries, potential offerors can contact Jeremy Wells at jeremy.a.wells.civ@us.navy.mil or by phone at 602-900-6995.
    TOWING HAWSER
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for a firm fixed-price supply contract for towing hawsers, specifically designed for naval operations in Japan. The procurement requires the delivery of towing hawsers measuring 10 inches by 625 feet, constructed from 8-strand plaited polyester, and equipped with NAVSEA towing thimbles on both ends, with freight shipping to Japan included in the contract. This acquisition is critical for supporting U.S. Navy operations and ensuring compliance with regulatory standards, with proposals due by 08:00 AM on October 29, 2024. Interested offerors must register in the System for Award Management (SAM) and direct any inquiries to Tia L. Ozols at tia.l.ozols.civ@us.navy.mil.
    EPF Layberth Multiple Award Contract - Indefinite Delivery Indefinite Quantity
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking qualified small businesses to provide layberth services for Expeditionary Fast Transport (EPF) vessels under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contractor will be responsible for ensuring secure berthing facilities that can accommodate at least two EPF vessels, including necessary maintenance capabilities and compliance with safety and operational standards. This procurement is critical for maintaining the operational readiness of military vessels, with the contract set to commence on December 1, 2024, and an estimated award date of January 15, 2025, lasting for five years. Interested parties should prepare for the solicitation to be available on SAM.gov around October 31, 2024, and may contact Jamiel Blizzard at jamiel.n.blizzard.civ@us.navy.mil or 757-443-5906 for further information.
    Dipped Roller Chains for the Sliding Block according to NAVSEA Specifications
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Total Small Business Set-Aside (FAR 19.5) for the procurement of sliding block chains as per NAVSEA specifications. The service/item being procured is dipped roller chains for the sliding block. These chains are typically used in marine equipment, specifically for the Military Sealift Command. The procurement will be a firm fixed price supply type contract. The place of performance is San Diego, CA (92123), USA. The anticipated posting date of the solicitation is on or about 10/30/2023 with a closing date on or about 11/8/2023. Interested parties should monitor the SAM.Gov website for the solicitation and any subsequent amendments. Prospective offerors must be registered in the System for Awards Management (SAM) to receive a Government Award in this procurement. For more information, contact DIANE FOSKETT at diane.r.foskett.civ@us.navy.mil.
    Sources Sought Notice-Material Handling Equipment (MHE)and Shipboard Mobile Support Equipment (SMSE)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC) in Norfolk, Virginia, is conducting a Sources Sought Notice to identify qualified contractors for maintenance, inspection, and repair services related to Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The scope of work includes comprehensive support services such as parts procurement, diagnostics, and compliance with safety regulations, ensuring that contractors can independently perform essential services aboard naval vessels. This opportunity is critical for maintaining operational readiness and logistical support for naval operations, with a focus on quality assurance and adherence to technical standards. Interested parties must submit a capability statement detailing their qualifications and past performance by November 1, 2024, to the primary contact, Alesha Ray, at alesha.j.ray.civ@us.navy.mil, or the secondary contact, Kourtney Brooks, at kourtney.k.brooks.civ@us.navy.mil.
    USNS LEWIS AND CLARK LAY BERTH AND SHIP REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Military Sealift Command (MSC) Norfolk, is soliciting proposals for the USNS Lewis and Clark lay berth and ship repair project. The contractor will be responsible for providing facilities, services, labor, and materials necessary for the vessel's long-term maintenance, including preventive maintenance, planning, material procurement, and execution of repair activities. This procurement is critical for maintaining the operational readiness and national security capabilities of the vessel, which will be stationed on the US East, Gulf, or West Coast. Interested small businesses are encouraged to reach out to primary contact Damian Finke at damian.w.finke.civ@us.navy.mil or 564-226-1277, or secondary contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or 757-341-6232 for further details.
    FY25 LENTHALL ROH
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY25 USNS LENTHALL Repair and Overhaul (ROH) project, managed by MSC Norfolk. This procurement involves comprehensive shipbuilding and repair services, with a focus on non-nuclear ship repair, as outlined under NAICS code 336611. The successful contractor will be responsible for executing various repair tasks essential for maintaining the operational readiness of the USNS LENTHALL. Interested small businesses must submit their proposals by November 14, 2024, at 2 PM EST, following the extension of the solicitation closing date. For further inquiries, potential bidders can contact Nancy Bowers at nancy.bowers2@navy.mil or Christopher Ward at christopher.s.ward1.civ@us.navy.mil.
    BLOCK 3 TOWED ARRAY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Pearl Harbor), is soliciting offers for the procurement of BLOCK 3 TOWED ARRAY components, specifically under solicitation number SPMYM425Q0041. This Request for Quotation (RFQ) outlines the need for various types of towed array tiles, detailing specifications, quantities, and National Stock Numbers (NSNs), while emphasizing compliance with government regulations and standards, including registration in the System for Award Management (SAM). The procurement is crucial for military operations, ensuring the availability of essential marine equipment, and is set aside for small businesses, including service-disabled veteran-owned and women-owned enterprises. Interested suppliers must submit their offers by October 29, 2024, and can direct inquiries to Claude Crawford at claude.crawford@navy.mil or by phone at 808-473-8000 ext. 6396.
    30--ROPE SHEAVE
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of a rope sheave. A rope sheave is a mechanical power transmission equipment used for various applications. The acquisition will be on a 100% small business set-aside basis. Interested parties can submit proposals before the offer due date. The contract will be awarded as a firm-fixed price, supply type contract. The solicitation will be posted on the NECO website with proposals due by March 24, 2017. All responsible sources may submit a proposal. Prospective offerors are responsible for downloading the solicitation from the NECO website and monitoring for any amendments. Electronic submission of proposals/quotes is not available at this time.