N6133119R0016-Operation and maintenance support of the Sea Fighter (FSF-1)
ID: N6133120C0018Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Port and Harbor Operations (488310)

PSC

SPECIAL SERVICE VESSELS (1925)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center, is seeking sources for the operation and maintenance support of the Sea Fighter (FSF-1) under contract number N6133119R0016. This procurement aims to extend the current contract by 18 months, focusing on support operations, maintenance, shipyard and dry-dock planning, and incidental engineering and administrative support necessary for the Sea Fighter's Advanced Technology Demonstrations (ATDs) and Research Development, Test, and Evaluation (RDT&E) efforts. The opportunity is classified under NAICS code 488310 for Port and Harbor Operations, with a size standard of $47 million, and is set aside for 8(a) sole source providers. Interested parties should submit a company profile and relevant information to Contract Specialist Courtney I. Henslee at courtney.henslee@navy.mil by the specified deadline, with no reimbursement for costs incurred in response to this notice.

    Point(s) of Contact
    Courtney I. HensleeContract Specialist
    (850) 896-6847
    courtney.henslee@navy.mil
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    USCGC FORREST REDNOUR DRYDOCK FY2025
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydocking maintenance of the USCGC FORREST REDNOUR (WPC 1129) scheduled for fiscal year 2025. The project entails various maintenance tasks, including inspections and repairs related to machinery, electrical distribution, hull plating, and cathodic protection, with an anticipated performance period of 120 calendar days from April 8, 2025, to August 5, 2025. This maintenance is crucial for ensuring the operational readiness and longevity of the vessel, which plays a vital role in the Coast Guard's mission. Interested parties must respond to the Sources Sought Notice by October 16, 2024, and provide detailed information about their business size, relevant experience, and qualifications, including any applicable small business certifications. For further inquiries, potential respondents can contact Bobby Griffin at bobby.r.griffin2@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA). This contract opportunity involves comprehensive maintenance, modernization, and repair services for the USS HARPERS FERRY, requiring a contractor with substantial facilities and skilled personnel capable of managing multiple areas of ship maintenance and repair. The solicitation is open to contractors on the West Coast, with a single contract expected to be awarded to one qualified bidder. Interested parties should monitor the PIEE/SAM.gov page for updates and submit requests for access to relevant attachments to the designated contacts, James Thomas and Brian Han, via their provided email addresses, ensuring to include their company SAM UEI number for verification.
    Operation and Maintenance of five (5) T-AGOS Ocean Surveillance Vessels, and one (1) T-AGM Range Instrumentation Vessel
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for the operation and maintenance of five T-AGOS Ocean Surveillance Vessels and one T-AGM Range Instrumentation Vessel. The procurement aims to ensure the effective functioning and upkeep of these vessels, which play a critical role in maritime surveillance and range instrumentation operations. This opportunity is set aside for small businesses, with the solicitation currently available on the Procurement Integrated Enterprise Environment (PIEE) platform, and the closing date for proposals has been extended to October 9, 2024, at 3:00 PM. Interested parties can reach out to Delicia Carswell at delicia.o.carswell.civ@us.navy.mil or Khalia Dixon at khalia.n.dixon.civ@us.navy.mil for further inquiries.
    Private Sector Workload Forecast Material for Public Website
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking to provide private sector workload forecasts for surface ship maintenance from Fiscal Year 2023 to Fiscal Year 2026. The objective is to communicate aggregate ship maintenance demand to industry partners, facilitating planning and resource allocation without constituting a request for proposals or contract commitments. This information is crucial for contractors to align their capabilities with the U.S. Navy's operational needs, as it reflects the dynamic nature of maintenance schedules influenced by ongoing budget negotiations and operational commitments. Interested parties can reach out to LT Kyle Watson at kyle.a.watson15.mil@us.navy.mil or Jamillah Powell at jamillah.l.powell.civ@us.navy.mil for further inquiries, with updates on future workload projections expected to be posted on SAM.gov.
    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 aims to engage qualified contractors for the repair and maintenance of the USNS LENTHALL, which is critical for maintaining naval operational readiness and capabilities. The opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 336611, focusing on shipbuilding and repairing. Interested parties can reach out to Nancy Bowers at nancy.bowers2@navy.mil or 804-479-4570, or Christopher Ward at christopher.s.ward1.civ@us.navy.mil or 757-443-5877 for further details.
    Austal USA 10-Year Maintenance Service
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a 10-year maintenance service for a T-EPF class vessel. The service includes the installation of Government Furnished Materials (GFM) and will be performed by Original Equipment Manufacturer (OEM) Austal USA certified service technicians. The procurement will be conducted using FAR Part 12 and 13 Procedures. 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. For more information, contact Mr. Reg Agahan at regel.a.agahan.civ@us.navy.mil.
    Sources Sought USNS ARTIC
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking expressions of interest from eligible businesses for a Regular Overhaul Dry Docking (ROH/DD) of the USNS ARTIC (T-AOE 8), scheduled to begin around May 21, 2025, for a duration of 90 days. Contractors must have facilities located along the East Coast or Gulf and will be responsible for various tasks, including general services for the ship, tank testing, equipment maintenance, and dry docking procedures. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested parties should submit a capabilities statement by October 18, 2024, and can find further details in the forthcoming solicitation expected to be issued around November 4, 2024, on sam.gov. For inquiries, contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    FY25 SBIR Phase III AN/SQQ-89 Tactical Sonar Data Fusion
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is planning to issue a sole source Request for Proposal (RFP) for the continued development and enhancement of the AN/SQQ-89 Tactical Sonar Data Fusion system, specifically targeting the Undersea Warfare Decision Support Systems (USW DSS) capabilities. This contract aims to significantly improve the effectiveness of current USW Command and Control (C2) systems and their integration with combat systems, which are critical for naval operations. The anticipated contract award is expected in the first quarter of FY25, with a performance period consisting of a base year and four option years. Interested parties may submit capability statements or proposals for consideration, but the decision to compete the contract remains at the discretion of the Government. For further inquiries, contact Benjamin Vesey at benjamin.j.vesey.civ@us.navy.mil or Tiffany Wulfsohn at tiffany.k.wulfsohn.civ@us.navy.mil.
    USNS MEDGAR EVERS LAY BERTH AND SHIP REPAIR
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command (MSC) Norfolk, is seeking a contractor for the USNS Medgar Evers 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 contact Damian Finke at damian.w.finke.civ@us.navy.mil or by phone at 757-443-0885 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    USNS CODY T-EPF 14 PSA
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk office, is soliciting proposals for the USNS CODY T-EPF 14 Planned Maintenance Availability (PSA) under a Total Small Business Set-Aside. This procurement involves shipbuilding and repair services, specifically focusing on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J998. The opportunity is critical for maintaining the operational readiness of naval vessels, ensuring they meet safety and performance standards. Interested parties should reach out to primary contact Jerica Bray at jerica.e.bray.civ@us.navy.mil or 757-443-5892, or secondary contact Maurice Hawkins at maurice.l.hawkins.civ@us.navy.mil or 757-443-2816 for further details, as the solicitation has been reopened with updated documentation due to changes in the work package.