Surface Ship Corrosion Mitigation
ID: N0018926Q0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Paint and Coating Manufacturing (325510)

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking contractor services for a Surface Ship Corrosion Mitigation Program aimed at assessing and remediating corrosion on naval vessels. The program includes twelve assessment events and training sessions for Ship's Force personnel on eight combatant ships and four amphibious ships, with the goal of conducting one assessment per ship each month. This initiative is critical for maintaining the operational readiness and longevity of naval vessels, ensuring compliance with military specifications such as MIL-PRF-16173 and MIL-PRF-81409. Interested contractors should contact Elysia Allen at elysia.m.allen2.civ@us.navy.mil for further details, and proposals must adhere to the outlined submission procedures, with a contract period of 12 months and an option for an additional year.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, Wage Determination No. 2015-4341, outlines prevailing wage rates and benefits for service contract workers in specific counties of North Carolina and Virginia. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on the contract award or renewal date. The document also specifies health and welfare benefits ($5.55/hour or $5.09/hour with EO 13706), paid sick leave, vacation, and eleven paid holidays. It provides detailed wage rates for hundreds of occupations, ranging from administrative support to technical and transportation roles. Special conditions are noted for computer employees, air traffic controllers, and weather observers regarding exemptions and night/Sunday pay. Additionally, the file covers hazardous pay differentials, uniform allowances, and the process for conforming unlisted job classifications and wage rates via Standard Form 1444, emphasizing adherence to the Service Contract Act Directory of Occupations.
    The "PAST PERFORMANCE INFORMATION FORM" is a standardized document used in government procurement, likely for federal, state, or local RFPs and grants. It requires offerors to provide detailed information about their past contract performance to demonstrate relevance and capability for new solicitations. Key details include the offeror's name, contract number, customer information (name, location, point of contact, and contact details), total dollar value broken into annual increments (including both estimated and actual amounts for ordering vehicles), period of performance (requiring at least one year of completion), and the average number of full-time equivalent personnel per year. The form also necessitates a detailed description of the work performed, emphasizing its scope and magnitude, and information about subcontractors utilized, including their extent of work and annual dollar value. This form is crucial for evaluating an offeror's experience and suitability for government contracts.
    The Contractor Performance Customer Input Sheet/Questionnaire is a crucial document used by the U.S. Naval Supply System (NAVSUP) Fleet Logistics Center Norfolk (FLCN) to evaluate contractor past performance for contract awards. This questionnaire, to be completed by a customer agency/company, assesses various quality aspects, including recruiting, retention, meeting contract requirements, timeliness, and responsiveness. Key evaluation areas include the offeror's ability to recruit qualified personnel, maintain a stable workforce, deliver quality products/services, adhere to schedules, and effectively resolve problems. It also asks about cost control, overall strengths and weaknesses, and customer satisfaction. The document emphasizes that it should not be returned to the originating contractor and contains Source Selection Information, highlighting its importance in the government's procurement process for federal contracts.
    The Commander, Naval Surface Force, Atlantic (CNSL) is seeking contractor services for a Surface Ship Corrosion Mitigation Program. This program aims to assess ship conditions, train Ship's Force personnel in identifying and remediating corrosion, and provide necessary corrosion prevention supplies. The contract includes a 12-month base period and a 12-month option period, with work performed on CNSL surface ships in Fleet Concentration Areas, specifically Naval Station Norfolk, VA. The scope involves initial and post-application corrosion assessments, crew training, and the provision of a six-month supply of corrosion inhibition materials. The solicitation outlines specific deliverables, quality control requirements, hours of operation, and security stipulations for contractor personnel. It also details the types of combatant and amphibious ships involved, with a total of 12 assessment and training events planned annually.
    This government file addresses questions related to a new federal requirement, likely an RFP or grant. It clarifies that there is no incumbent contractor and the scope of work is new. The government will not allow proposal submissions through DOD Safe, requiring an alternative method. It also specifies that products must meet MIL-PRF-16173 or MIL-PRF-81409 military specifications, regardless of NAVSEA's surface ship application approval for MIL-PRF-81409, indicating a focus on product specification compliance rather than application-specific approvals. This document provides crucial clarifications for potential offerors, outlining submission procedures and technical requirements for a new government procurement.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    USS Iwo Jima RSL Sun Shields
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Mid-Atlantic Regional Maintenance Center, is seeking repair services for the USS Iwo Jima (LHD-7), specifically targeting the SRBOC, Ready Service Lockers, and Sun Shields. The repairs are critical to maintaining the operational readiness and safety of the vessel, ensuring that it meets the necessary standards for maritime operations. The period of performance for this contract is set from March 31, 2023, to May 31, 2023. Interested contractors can reach out to Cindy T. Sampson at cindy.t.sampson.civ@us.navy.mil or Elizabeth Marston at elizabeth.a.marston.civ@us.navy.mil for further details.
    Multi-Ship Sustainment Partnerships (MSSP)
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting market research for the establishment of Multi-Ship Sustainment Partnerships (MSSP) aimed at enhancing the maintenance and repair of DDG-51 Class ships in Norfolk, VA, and San Diego, CA. The MSSP initiative seeks to create long-term maintenance contracts by grouping the Navy's DDG-51 Class ships into clusters of 3 to 6 vessels, allowing industry partners to compete for continuous and short-term maintenance work, thereby improving fleet readiness and providing stability to the industrial base. Interested companies are required to submit a notice of interest by January 16, 2026, detailing their capabilities, past performance, and responses to specific inquiries regarding their business size and operational capacity. For further information, companies can contact CDR Luis Escobar at luis.c.escobar.mil@us.navy.mil or LT RaeChaun Edwards at raechaun.a.edwards.mil@us.navy.mil.
    USS NORMANDY FY22 EM01 J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the repair of the fuel compensating tank top onboard the USS NORMANDY (CG-60) as part of the FY22 EM01 project. This procurement is crucial for maintaining the operational readiness and safety of the vessel, which is a key asset in the Navy's fleet. The work will take place in Norfolk, Virginia, and interested parties can reach out to Lyn E. Sylfest at lyn.sylfest@navy.mil or by phone at 757-434-0891 for further details. The opportunity is categorized under non-nuclear ship repair, with the relevant PSC code being J998.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    Aircraft Carrier Readiness Support
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking contractors for the Aircraft Carrier Readiness Support contract, aimed at enhancing the operational readiness of U.S. Navy aircraft carriers. This procurement involves providing professional engineering assistance, including technical expertise, logistics coordination, and quality assurance, to support the maintenance and modernization of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. The contract is crucial for ensuring that these vessels are mission-capable and ready for deployment, aligning with the Navy's operational requirements. Interested parties should note that the solicitation is expected to be available around February 1, 2026, with a total contract period anticipated from August 1, 2026, to July 30, 2031. For inquiries, contact Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or call 757-443-1219.
    VOYAGE REPAIRS (VR)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Sigonella Naples Office, is soliciting proposals for Voyage Repair (VR) services for the USNS SHIP (T-AKE). The procurement involves specific tasks such as exterior weather deck handrail replacement and various preservation and modification activities, which are to be executed under a Firm Fixed Price contract. These services are critical for maintaining the operational readiness and safety of naval vessels, ensuring they meet the required standards during their voyages. Interested contractors must submit their quotes by January 26, 2026, with the work scheduled to take place in Portsmouth, UK, from April 7 to April 21, 2026. For further inquiries, potential bidders can contact Antonella De Fraia Frangipane at Antonella.defraiafrangipane.ln@us.navy.mil or Estevan Glatt at estevan.e.glatt.mil@us.navy.mil.
    USS NORMANDY STBD Shaft Repair URGENT
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking technical services for the urgent repair of the starboard (STBD) shaft on the USS Normandy (CG-60). The primary objective of this procurement is to assist with the STBD shaft seal face change-out, which will take place at MARMC Building CEP-200 and onboard the USS Normandy during the specified repair period from April 18, 2023, to April 28, 2023. This service is critical for maintaining the operational readiness and safety of the naval vessel, ensuring that it meets performance standards. Interested contractors can reach out to Megan Wightman at megan.a.wightman.civ@us.navy.mil or Elizabeth Marston at elizabeth.a.marston.civ@us.navy.mil for further details regarding this opportunity.
    Vessel Repair IDIQ MATOC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Norfolk District, is seeking qualified small businesses to participate in the Vessel Repair Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contract (IDIQ MATOC). This contract aims to provide labor and materials for cyclic and on-demand maintenance and repairs of the Norfolk District Floating Plant, which includes services such as triennial drydocking, underwater hull repair, propulsion system maintenance, and diving support. The Vessel Repair services are crucial for maintaining the operational readiness and safety of marine vessels involved in hydrographic surveys and marine construction work. Interested parties can contact Amy Coody at amy.h.coody@usace.army.mil or 757.201.7883, or Stormie Wicks at stormie.b.wicks@usace.army.mil or (757) 201-7215 for further details, as this opportunity is exclusively set aside for small businesses.