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 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 objective of conducting one assessment per ship each month. This initiative is critical for maintaining the operational integrity of naval ships and involves providing a six-month supply of corrosion inhibition materials for use by the Ship's Force as needed. Interested contractors should contact Elysia Allen at elysia.m.allen2.civ@us.navy.mil for further details, as the contract encompasses a 12-month base period with an option for an additional 12 months, and is set to take place at Naval Station Norfolk, Virginia.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    USS FORREST SHERMAN FY22 EM01 J&A
    Buyer not available
    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 EMORY S. LAND ROH/DD FY26
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USS EMORY S. LAND ROH/DD FY26, which involves repair and maintenance services for the vessel. This procurement is focused on non-nuclear ship repair, aligning with the NAICS code 336611, and aims to ensure the operational readiness and longevity of the ship through comprehensive repair services. The successful contractor will play a crucial role in maintaining the Navy's fleet capabilities, which are vital for national defense. Interested parties should reach out to Colin Edick at colin.j.edick.civ@us.navy.mil or call 564-226-1232 for further details regarding the solicitation process.
    V47 Waterfront Operations
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division (NSWCCDDN) Detachment Norfolk, is seeking contractor support for Waterfront Operations at Naval Station Norfolk, Virginia. The procurement encompasses a range of services including transition, program management, operations management, reporting, safety compliance oversight, operation of small watercraft, industrial maintenance and repair, as well as Research and Development, Test and Evaluation project support. These services are critical for maintaining operational readiness and safety compliance in naval operations. Interested contractors can reach out to Michael Rossik at michael.e.rossik.civ@us.navy.mil or by phone at 301-412-9761, or Xenia Lira at caroline.x.lira.civ@us.navy.mil or 757-663-2605 for further details.
    USS NORMANDY FY22 EM01 J&A
    Buyer not available
    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.
    Shop 89 Touch Labor Support - Shipwrights
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from qualified small businesses to provide touch labor support services for shipwrights under the contract titled "Shop 89 Touch Labor Support - Shipwrights." The procurement aims to secure skilled personnel in various trades, including Shipwrights, Program Managers, Project Managers, and Supervisors, to support maintenance and repair operations on USS vessels, with a contract period anticipated from February 2, 2026, to January 29, 2027, and an option to extend through July 30, 2027. This contract is critical for maintaining the operational readiness of naval vessels and ensuring compliance with federal, state, and local regulations. Interested parties should direct inquiries to Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil, and must acknowledge receipt of the solicitation amendment by the specified deadline to avoid rejection of their offers.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Buyer not available
    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.
    USS Iwo Jima RSL Sun Shields
    Buyer not available
    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.
    USNS LARAMIE ROH/DD FY 26
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS LARAMIE ROH/DD FY 26, focusing on shipbuilding and repair services. This procurement aims to address the maintenance and repair needs of the USNS LARAMIE, ensuring its operational readiness and longevity. The services sought are critical for maintaining the fleet's capabilities and supporting naval operations. Interested contractors can reach out to Caren Edanol at caren.l.edanol.civ@us.navy.mil or by phone at 757-341-6709 for further details regarding the solicitation process.
    Messing & Berthing Barges IDIQ: Justification for an Excemption to Fair Opportunity
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract related to Messing and Berthing Barges. The procurement involves a range of services including cleaning and sanitizing, testing and inspections, replacing permanent filters, habitability repairs, decking repairs, and extensive interior preservation covering 215,000 square feet. These services are crucial for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Warren D. Howell at warren.d.howell@navy.mil or call 757-771-5058 for further details regarding this opportunity.
    Floating Plant Vessel Repair IDIQ MATOC-PreSolicitation
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Norfolk District, is preparing to issue a presolicitation for a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Preventative Maintenance and Vessel Repair Services. This contract, which is a total small business set-aside, aims to streamline the procurement process for rapid repair and maintenance of the Norfolk District Floating Plant, which plays a critical role in ensuring safe navigation in federal channels and waterways. The contract will cover a range of services including underwater hull repairs, propulsion system maintenance, and other essential repairs, with a minimum guarantee task order amount of $2,500. Interested contractors must be registered in the DoD System for Award Management (SAM) and are encouraged to monitor SAM.gov for the anticipated Request for Proposal, expected around October 2025. For inquiries, potential offerors can contact Amy Coody at amy.h.coody@usace.army.mil or Stormie Wicks at stormie.b.wicks@usace.army.mil.