USNS MATTHEW PERRY (T-AKE 9) lay berth and ship repair.
ID: N3220525R4039Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due May 16, 2025, 8:30 PM UTC
Description

The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is soliciting bids for the lay berth and ship repair of the USNS MATTHEW PERRY (T-AKE 9). This procurement involves specific requirements for ship repair services, including revisions and responses to requests for clarification as outlined in amendments to the solicitation. The importance of this contract lies in maintaining the operational readiness and safety of naval vessels, which are critical to national defense. Interested contractors can reach out to Damian Finke at damian.w.finke.civ@us.navy.mil or James Parker at james.l.parker2.civ@us.navy.mil for further details, with the solicitation details available for review.

Files
Title
Posted
Jan 27, 2025, 1:04 PM UTC
The document is a Request for Proposal (RFP) pertaining to the maintenance and overhaul of the USNS Matthew Perry. Contractors are invited to provide facilities, labor, and materials during a long-term lay berth, emphasizing preventive maintenance and repair as detailed in various work items. The RFP outlines the scope of work, specifying requirements for specialized personnel, including engineers and technicians, as well as contract administration data and project timelines. Key elements include sectioned deliverables, inspection protocols, and pricing structures for fixed-priced (FFP) tasks. There is an emphasis on compliance with safety and environmental regulations during maintenance operations, especially related to hazardous materials like asbestos and lead paint. The document stipulates that operational tasks may be negotiated through contract change orders as required by the government. The RFP reflects the government's commitment to ensuring efficient and high-quality service for military vessel readiness, focusing on operational safety and detailed oversight for maintenance procedures. Key provisions for contractor responsibilities, subcontracting limits, and performance metrics are also outlined, ensuring clarity in expectations and administration of the contract.
Mar 18, 2025, 9:07 PM UTC
The document outlines a Non-Disclosure Agreement (NDA) for the Offeror to access technical data related to the USNS Medgar Evers, governed by specific Department of Defense directives. The NDA mandates that the Offeror use the data solely for preparing and executing their proposal in response to a related solicitation. Key obligations include appointing a corporate principal for compliance, adhering to dissemination restrictions, ensuring organizational controls to prevent unauthorized access, and maintaining confidentiality through subcontracts. The Offeror must also return or destroy the data upon contract completion and assist the government in recovering any improperly disclosed information, bearing costs for any unauthorized releases. The document ensures protection of sensitive information vital for national security while facilitating competitive bidding processes through responsible data handling.
Lifecycle
Title
Type
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
USNS EARL WARREN (T-AO 207) POST SHAKEDOWN AVAILABILITY Solicitation
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting bids for the post shakedown availability of the USNS EARL WARREN (T-AO 207). This procurement involves various amendments to the original solicitation, including the incorporation of revised work instructions and a change in the closing dates for both the request for comments and the solicitation itself. The services sought are critical for the maintenance and repair of naval vessels, ensuring operational readiness and compliance with safety standards. Interested contractors should note that the revised solicitation closing date is April 30, 2025, and can reach out to Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Ian Keller at ian.keller@navy.mil for further inquiries.
USNS ROBERT E. SIMANEK, PSA
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS ROBERT E. SIMANEK, PSA, focusing on shipbuilding and repair services. This solicitation includes an amendment to correct a clerical error from a previous amendment, indicating the importance of precise documentation in the procurement process. The services sought are critical for maintaining the operational readiness and functionality of naval vessels, which play a vital role in national defense. Interested contractors can reach out to Ian Keller at ian.keller@navy.mil or Christopher Ward at christopher.s.ward1.civ@us.navy.mil for further details regarding the solicitation.
USNS ROBERT E SIMANEK (T-ESB 7) Post Shakedown Availability (PSA)
Buyer not available
The Department of Defense, through the Department of the Navy's MSC Norfolk, is soliciting proposals for the Post Shakedown Availability (PSA) of the USNS ROBERT E. SIMANEK (T-ESB 7). This procurement involves shipbuilding and repair services, specifically aimed at ensuring the vessel's operational readiness following its initial shakedown period. The PSA is a critical phase in the lifecycle of naval vessels, as it addresses any deficiencies identified during trials and enhances the ship's capabilities for future missions. Interested contractors can access the solicitation and related documents via the provided link, and for further inquiries, they may contact Ian Keller at ian.keller@navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil.
USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair for these naval vessels, which are critical to maintaining operational readiness. The contracts will be awarded as two separate Firm-Fixed-Price agreements, with proposals due by May 6, 2025, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. For further inquiries, potential offerors can contact Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil.
USFF Barge (70PE9301)
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking contractors for routine repairs and modernizations of the USFF Barge (70PE9301) during a scheduled off-season stand-down from April to June 2025. The procurement aims to address material condition discrepancies and ensure the barge remains operationally ready. This opportunity is significant as it involves essential maintenance for naval operations, with a focus on compliance with federal contracting standards. Interested contractors must submit capability statements via beta.SAM.gov and ensure registration in the System for Award Management (SAM) to be eligible for contract award. For inquiries, contact Ben Bethel at benjamin.bethel@navy.mil or Chris Whiteside at christopher.d.white1@navy.mil.
N0002425R4403 USS FORREST SHERMAN (DDG 98) FY26 DMP
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of the FY26 maintenance, modernization, and repair of the USS FORREST SHERMAN (DDG 98) under solicitation N00024-25-R-4403. This contract requires a highly capable contractor with substantial facilities and human resources to manage and integrate various aspects of ship maintenance and repair, specifically on the East and Gulf Coasts. Given the complexity and scale of the project, the procurement will not be set aside for small businesses, as market research indicates a lack of capable small business competitors. Interested parties must register in the System for Award Management (SAM) and submit proposals by monitoring the PIEE/SAM.gov page for updates, with a contract award anticipated around October 2025 and project commencement expected in February 2026, concluding in August 2027. For further inquiries, potential offerors can contact LCDR Kyle Watson at kyle.a.watson15.mil@us.navy.mil or Jacqueline Black at jacqueline.r.black.civ@us.navy.mil.
DDG 124 and DDG 127 Post Shakedown Availabilities at Norfolk
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for Post Shakedown Availabilities (PSAs) for the DDG 51 Class Ships, specifically the HARVEY BARNUM JR. (DDG 124) and potentially the PATRICK GALLEGHER (DDG 127), at the Norfolk, Virginia homeport. The procurement aims to address deficiencies, execute new work items, and implement engineering changes while adhering to NAVSEA Standard Items and safety regulations. This opportunity is crucial for maintaining the operational readiness and compliance of naval vessels, ensuring they meet the required performance standards. Interested contractors should direct inquiries to Kurt Boyles at kurt.r.boyles.civ@us.navy.mil or Justin Rose at justin.p.rose6.civ@us.navy.mil, and are encouraged to review the attached solicitation documents for detailed requirements and submission guidelines.
USNS BURLINGTON (T-EPF 10) IMCS Troubleshoot and Repair
Buyer not available
The Department of Defense, specifically the Department of the Navy's MSC Norfolk, is seeking qualified contractors to perform troubleshooting and repairs on the IMCS Redundant PLC server aboard the USNS Burlington (T-EPF 10). The work involves OEM support from Austal USA, the original equipment manufacturer, to ensure compliance with warranty and reliability standards, with the performance period scheduled from April 21 to May 16, 2025. This procurement is critical as the equipment is essential for the ship's operational safety, and the urgency of the requirement necessitates limited competition due to proprietary rights held by Austal USA. Interested parties can reach out to Molly Dickson at molly.dickson@navy.mil or call 564-226-5427 for further information and to submit capability statements or proposals.
USNS PREVAIL (TSV-1) DPMA- Synopsis
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
Port Security Barrier (PSB) System and Components Out of Water Upkeep, Repair, & Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide upkeep, repair, and maintenance services for the Port Security Barrier (PSB) System at Newport News Shipbuilding. The procurement involves comprehensive out-of-water maintenance, including the removal, cleaning, inspection, and repair of 32 modules, 5 anchors, and 1 marine fender, ensuring the PSB operates effectively in safeguarding critical port facilities. The contract is a Firm Fixed Price procurement with a performance period of 120 days, and interested parties must submit their quotes by 1:00 PM on May 8, 2025, to the designated contracting officer, Shauna McLarney, via email. For further inquiries, contractors can reach out to the primary and secondary contacts provided in the solicitation.