VESSEL REPAIR - STENNIS, MISSISSIPPI
ID: H9224025QE028Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, USA

NAICS

Other Personal and Household Goods Repair and Maintenance (811490)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the U.S. Special Operations Command (USSOCOM) and the Naval Special Warfare Command, is preparing to issue a presolicitation for various vessel repair packages at the Stennis Space Center in Mississippi. The procurement aims to establish a firm-fixed price, five-year, indefinite delivery, indefinite quantity contract to address the maintenance and repair needs of ships, small craft, pontoons, and floating docks. This opportunity is crucial for ensuring the operational readiness and longevity of naval vessels, which play a vital role in national defense. Interested contractors should monitor SAM.GOV for the solicitation details and can contact John M. Knizner at john.knizner@socom.mil or 619-537-1872 for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The Non-Standard Maritime Vessel Maintenance Performance Work Statement (PWS) outlines provisions for the Special Boat Team 22 at Stennis Space Center, Mississippi. The contract mandates maintenance, repair, and overhaul of various NSM vessels. Contractors are responsible for providing necessary personnel, materials, and equipment for such services, with primary operations based at their facilities within 50 miles of Stennis. Key requirements include adherence to OEM technical manuals for repairs, the use of certified technicians, and compliance with quality control measures. The contractor is obligated to notify government representatives upon completion of work for inspection and acceptance. Additionally, a warranty covering materials and workmanship is stipulated, commencing from the acceptance date. The document also details provisions for deliverables, including inspection reports and summaries of work completed, all to be submitted by established deadlines. Performance metrics are outlined to assess contractor compliance with contract standards, emphasizing timely completion and accurate reporting. The contract period spans up to 66 months, allowing for potential adjustments for additional tasks or new vessel types as necessary. This PWS serves as a critical framework guiding the maintenance support necessary for specialized maritime operations.
    The document provides a detailed listing of the National Security Multi-Mission (NSM) vessels and their associated major equipment, intended for use in various governmental operations. It consists of categorized information on several types of vessels including a 50’ Ocean Sport Fisher, 38’ Fountain Center Console, and multiple Boston Whaler Guardians. Each entry lists specifications such as hull identification numbers (HIN), engine types and serial numbers, as well as other essential equipment like trailers and generators. Key aspects include the main engines specifications (power outputs and make), availability of trailers, and relevant accessories for each vessel, highlighting operational readiness for government tasks. This listing serves as a resource for agencies that may require details about these vessels for procurement, maintenance, or deployment, reflecting compliance with government project specifications. Overall, the document illustrates the U.S. government's commitment to maintaining a fleet of versatile vessels equipped for various missions, enhancing maritime operational capabilities across different jurisdictions.
    The document outlines various repair packages and associated pricing for a range of vessels within the federal government's Request for Proposals (RFP) framework. It details specific maintenance tasks for different types of boats, including 50' Ocean Sport Fisher (OSF), 38' Fountain Center Console (FCC), 24' Sailfish (SF), 25' Boston Whaler Guardian (BWG), 25' Safe Boat SFA, and Jet Ski packages. Each section specifies tasks such as engine oil changes, repairs to the marine electronics and hydraulic systems, and hull and trailer maintenance, alongside estimated repair timelines. The structure is organized by vessel type, presenting each task with a corresponding code for identification, supporting an effective pricing and labor evaluation system. Government agencies can utilize this document to assess repair needs, budget considerations, and the timeline for completion. Overall, the document serves as a comprehensive guide for service providers, ensuring clarity in the scope of required services for maintaining various vessels within the context of governmental procurement processes, highlighting the critical nature of compliance, efficiency, and quality in public service maintenance contracts.
    The Past Performance Information Sheet is a document required from offerors submitting proposals for government contracts. It captures critical information about the offeror's prior performance on relevant contracts, including details like the company name, contract type, dates, dollar values, role as prime or subcontractor, and the extent of self-performed work. Contracting officers’ and customer contacts’ information is also included, specifically two contacts who can evaluate the offeror's service quality. Moreover, the document requires a description of the work performed, emphasizing the relevance of recent contracts valued at over $100,000, completed within three years. Lastly, it prompts the offeror to comment on any problems faced during contract execution and corrective measures taken. Essentially, the sheet serves to assess an offeror's reliability and quality of service in relation to government RFPs and grants, ensuring informed decision-making in contract awards.
    The Past Performance Questionnaire serves as a tool for the Naval Special Warfare Command to evaluate a contractor's performance for a potential contract. Reference sources are asked to complete the questionnaire and provide insights about the contractor’s past projects. The document outlines specific rating definitions ranging from "Unsatisfactory" to "Exceptional" to guide evaluators in assessing the contractor’s performance across various criteria such as quality, schedule, cost control, management, and regulatory compliance. Additionally, evaluators are encouraged to comment on other contracts with the contractor and report on any past contract terminations. The comprehensive structure includes sections for contractor identification, performance evaluation, and a narrative summary for elaboration on ratings. This process emphasizes accountability and due diligence in the federal procurement process, ensuring that selected contractors can meet the operational demands and expectations of governmental objectives.
    The document is a Small Business Subcontracting Plan Assessment Checklist, aimed at ensuring compliance with federal procurement guidelines for subcontracting with small businesses. It outlines essential components that the offeror must include in their subcontracting plans, such as establishing percentage goals for small business categories (e.g., SDB, WOSB, HUBZone) and providing planned subcontracting dollar amounts. Each section requires confirmation (yes/no/NA) to ensure all necessary elements are addressed, including the offeror's projected sales, methods for setting goals, and opportunities for small businesses. Key elements also include assurances of fair treatment for small business concerns, record-keeping requirements, and obligations to report subcontracting achievements via the Electronic Subcontracting Reporting System (eSRS). The document emphasizes the importance of providing equitable opportunities for small businesses in the contracting process and maintaining transparency in subcontracting practices. Ultimately, the checklist serves as a guideline for federal contractors to foster the utilization of small businesses, enhance compliance monitoring, and support government efforts to promote small business participation in federal contracts.
    The government seeks to award a contract to the lowest-priced offeror through a quote evaluation process. The selection will start with quotes sorted by price, assessing each for acceptability. If the lowest price is deemed unacceptable, the next lowest will be evaluated until an acceptable quote is found, or the solicitation may be canceled. Acceptability criteria include technical capability (meeting specific requirements for vessel repair and maintenance), past performance (demonstrable quality of past similar work), and for large businesses, a small business subcontracting plan aligned with federal regulations. Price evaluations will follow FAR guidelines without adjectival ratings. Quotes rated unacceptable in any evaluation area will be disqualified from the award. This process reflects the government's commitment to ensuring quality and competitive pricing in procurement while supporting small businesses.
    This solicitation outlines submission requirements for offerors seeking to provide repair and maintenance services for vessels as detailed in the accompanying performance work statement. Submissions must be sent via email by the specified due date, and any amendments to the solicitation will be posted on the System for Award Management (SAM) website. Offerors should submit representations and certifications, a technical proposal confirming their repair capabilities, and past performance references from relevant contracts valued at over $100,000 within the past three years. Large businesses must also provide a subcontracting plan that aligns with specific small business goals. A pricing sheet must be completed for contract line items, with fixed price labor rates included. Key facility requirements include accessibility to the Gulf of Mexico, a marine travel lift for 50-ton yachts, and the ability to perform or subcontract mechanical repairs. The document emphasizes the necessity for detailed compliance with submission guidelines to ensure consideration for the contract award.
    The document outlines a solicitation for a contract for Non-Standard Maritime Vessel Repairs under the Women-Owned Small Business (WOSB) program by the Naval Special Warfare Command (NSWC). It specifies that the contract will be a firm-fixed price, indefinite delivery, indefinite quantity type, with a maximum value of $1,750,000 and an anticipated performance period of up to sixty-six months. Interested vendors must adhere to specific submission requirements as detailed in the attached addenda, and are encouraged to query for clarifications by the stated deadline. The solicitation emphasizes compliance with the Buy American Act and includes provisions for using government-furnished equipment based on contract value. Additionally, considerations for payment processes, veteran-owned business requirements, and other relevant government clauses are included to maintain compliance with federal mandates. The overall purpose of the document is to invite qualified WOSBs to participate in a federally funded procurement opportunity aimed at enhancing maritime vessel repair capabilities for U.S. military operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    USS ROBERT SMALLS (CG 62) FY26 6A1 BUNDLE 1
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS ROBERT SMALLS (CG 62) under the FY26 6A1 Bundle 1 contract. The procurement involves a firm fixed-price job order for various maintenance tasks, including the repair of the ship's sewage system and scaffolding installation, with a performance period from January 26, 2026, to March 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. This contract is critical for ensuring the operational readiness of naval vessels and requires offerors to possess an active Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for award. Interested contractors must submit their proposals by December 9, 2025, and can access detailed work specifications through a secure U.S. Government repository by requesting access via email. For further inquiries, contact Shouko Sekido at shouko.sekido.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 for further information.
    USCGC SAILFISH (WPB-87356) DRYDOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC SAILFISH (WPB-87356) for Fiscal Year 2026. The scope of work encompasses 41 detailed tasks, including hull plating preservation, tank cleaning and inspection, engine realignment, and various electrical and mechanical repairs. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their capabilities, business size, small business certifications, and past performance information by December 10, 2025, at 3:00 PM EST, to the designated email contacts provided in the notice.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    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.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The services are critical for the maintenance and repair of naval vessels, ensuring operational readiness and safety. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701 for further details regarding this opportunity.
    DRYDOCK: USCGC SEA HORSE DD FY2026
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC SEA HORSE (WPB-87361) scheduled for fiscal year 2026. The procurement involves comprehensive maintenance tasks, including hull preservation, propulsion system maintenance, and electrical inspections, with a total of 48 specific work items outlined in the solicitation. These repairs are critical for ensuring the operational readiness and safety of the vessel, which plays a vital role in the Coast Guard's mission. Interested small businesses must submit their offers by December 15, 2025, and can direct inquiries to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further information.
    DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC COBIA (WPB-87331) during fiscal year 2026. The procurement involves comprehensive dry dock repairs, including structural analysis, hull preservation, tank cleaning, and maintenance of propulsion and various electrical and mechanical systems. This opportunity is crucial for maintaining the operational readiness of the vessel, which is homeported in Panama City, Florida, although contractors are not geographically restricted. Interested parties must submit their capability information, including business size and past performance details, by November 2, 2026, to the primary contacts, Kurt Hoyer and Jaime R. Smith, as this is a sources sought notice and not a solicitation.
    Bravo Dive Boat 65DS1101
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull inspections, corrosion repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and safety of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance scheduled from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    LCU-1651 DSRA 6B1 44pkg (svc)
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and alteration of the LCU-1651 vessel, with a focus on a comprehensive scope of work involving forty-four Industrial Control Numbers (ICNs) and anticipated growth work. The procurement aims to address critical maintenance needs, including structural repairs, preservation tasks, and upgrades essential for the operational readiness of the vessel, which plays a vital role in naval operations. Interested contractors must possess a current Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) with the U.S. Navy, with the contract expected to be awarded by January 30, 2026. For further inquiries, contractors can contact Hiromi Kurita at hiromi.kurita.ln@us.navy.mil or Jason M. Rankin at jason.m.rankin6.civ@us.navy.mil.