Fire Watch/Tank Watch Touch Labor Support
ID: N4215825QS052Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking proposals from qualified small businesses for a Firm Fixed Price contract to provide Fire Watch/Tank Watch Touch Labor Support. The contract aims to ensure safety and compliance during operations at the shipyard, requiring contractors to manage personnel, maintain safety training, and adhere to federal regulations. This procurement is critical for maintaining operational integrity and safety standards within the shipyard environment. Interested vendors must submit their proposals by July 22, 2025, at 9:00 AM EST, and can direct inquiries to Melissa White at melissa.e.white13.civ@us.navy.mil or Alicia Almberg at alicia.l.almberg.civ@us.navy.mil.

    Files
    Title
    Posted
    The Contract Data Requirements List (CDRL) outlines the necessary information and submission guidelines for contractors involved with the Norfolk Naval Shipyard (NNSY) regarding mandatory annual training records. The form specifies details such as contract line items, required data items, authorities, distribution requirements, and submission frequencies. Key deadlines for submissions are established, with the first submission due by noon the Thursday before employee onboarding and subsequent submissions continuing until full staffing is reached. The document emphasizes compliance with reporting standards and defines the distribution as being limited to U.S. government agencies and their contractors. It calls for electronic submissions in Excel format and stresses the importance of maintaining accurate records to ensure proper training and personnel management. The form also references the responsible contacts at NNSY to be determined at the contract award, ensuring accountability in the process. This structure showcases the government's focus on effective training management and personnel readiness within defense-related contracting frameworks.
    The document outlines a solicitation for women-owned small businesses (WOSB) under a federal procurement initiative. It describes the request for proposals (RFP) for commercial products and services, specifically targeting fire watch and tank watch services at the Norfolk Naval Shipyard. Key details include contractor requisition numbers, schedule of services, unit pricing, and terms of delivery and acceptance. The solicitation is structured to require a technical proposal, pricing evaluation, and capacity assessment for potential contractors. It emphasizes compliance with various FAR clauses that govern government contracts, including those related to small business participation and auditing requirements. The document also addresses the proposal submission process and specifies dates for proposal acceptance. Overall, the document serves to invite and evaluate bids, ensuring fair competition among small businesses while adhering to federal acquisition regulations, ultimately supporting the Navy's operational safety requirements through outsourced services.
    The government file outlines a solicitation for services related to fire watch and tank watch at the Norfolk Naval Shipyard, specifically aimed at women-owned small businesses. It includes details such as requisition number, contract number, and points of contact for submission inquiries. Aside from necessary compliance and contractual clauses, the document specifies various job classifications and pricing arrangements for services to be provided from August 1, 2025, to July 31, 2026. The scope of work encompasses both standard and overtime positions, with detailed quantities and payment structures. Furthermore, it emphasizes adherence to federal acquisition regulations, requiring contractors to comply with terms concerning small business participation and other pertinent labor standards. The overarching aim of the solicitation is to ensure efficient service delivery while promoting fair opportunities for women-owned businesses within federal contracts, reflecting broader governmental objectives in supporting diverse business engagements in public procurement.
    The document outlines the requirements for a Contract Data Requirements List (CDRL) related to a government contract managed by the Norfolk Naval Shipyard (NNSY). It specifies the collection of critical information regarding employee qualifications and training records necessary for contractor compliance. The report must include employee names, respective trades, qualifications, and expiration dates, submitted electronically in PDF format to designated representatives. The submission schedule includes initial submissions two weeks prior to contract commencement, followed by weekly updates until satisfactory staffing levels are reached. Distribution is restricted to U.S. government entities and their contractors, ensuring controlled access to sensitive information. The purpose of the CDRL is to maintain high standards for personnel qualifications and training while adhering to Department of Defense regulations, thereby facilitating effective contracting processes and operational readiness at the NNSY. Overall, the document underscores the procedural adherence required within federal contracting practices and emphasizes the importance of timely and accurate reporting in achieving contract objectives.
    The document outlines the requirements for a Contract Data Requirements List (CDRL) related to a government contract. It indicates that respondents are expected to allocate approximately 110 hours for the completion of the required data collection and reporting. The main data item referenced is the Weekly Time Sheet Attendance Report, which must contain critical information about contractor employees, including names, badge numbers, labor categories, job orders, projects worked on, and hours worked. Submissions of this report are structured with specific timelines; the first submission is due the first normal business day after the specified workweek, and subsequent submissions are required as personnel changes occur. The report must be submitted electronically in Excel format and distributed to designated U.S. Government representatives. The document emphasizes the importance of compliance with submission deadlines and proper data handling as part of the contractual obligations. Overall, it serves to formalize expectations and streamline reporting processes for contractors engaged with the Norfolk Naval Shipyard.
    The document outlines the Contract Data Requirements List (CDRL) for a government contract, particularly for the Norfolk Naval Shipyard. It specifies the requirements for data item submission related to the management of funds and man-hours, highlighting critical reporting metrics. Key sections include contractor identification, data item titles, submission frequencies, and distribution details. Submissions are to be made electronically in Excel format to designated representatives at the Norfolk Naval Shipyard, with the first report due the month following contract initiation, followed by monthly submissions. The report is authorized for U.S. government agencies and contractors, emphasizing necessary responsibilities for compliance. The CDRL aims to streamline data collection for improved project oversight, ensuring transparency and accountability in the management of defense-related resources.
    The document outlines the Contract Data Requirements List (CDRL) for a specific contract relating to outcomes at the Norfolk Naval Shipyard (NNSY). It specifies that the data collection process involves multiple parameters, including contract details like item numbers, pricing, and submission timelines. Primarily, the focus is on a weekly training plan/records submission as mandated by the Performance Work Statement (PWS). The first report is due by noon on the Thursday before employee onboarding, with subsequent submissions required weekly until full staffing is achieved. The report must be submitted electronically in an Excel format to designated NNSY representatives. Additionally, the document states the distribution of this report is authorized solely to U.S. government agencies and contractors, with contact points yet to be determined at the award stage. The clear structure and requirements highlight the essential data needed for compliance and operational continuity at NNSY, aligning with broader federal contractual obligations.
    The document represents a Contract Data Requirements List (CDRL) outlining data submission requirements related to a federal government contract, with a specific focus on personnel resume reporting. It details obligations regarding the submission of personnel resumes by the contractor to the Norfolk Naval Shipyard (NNSY). Key components include data item identifiers, submission frequency, and distribution instructions, highlighting that the initial submission must coincide with the contractor’s proposal and subsequent submissions will occur weekly until staffing requirements are met. The document emphasizes the importance of electronic submission in PDF format to designated representatives at NNSY, with specified contacts to be determined at contract award. Additionally, a public reporting burden estimate is provided, underscoring regulatory compliance in document management. This CDRL supports transparency and accountability in federal contracting processes by structuring personnel information submissions effectively.
    The provided document outlines the Contract Data Requirements List (CDRL) for a government contract, specifying the requirements for contractors to submit a Personnel Roster Manning Forecast. This document is meant for compliance with specific federal guidelines related to data submission, as indicated by the OMB control number and public reporting burden estimates. Key elements include the contractor's obligated submission schedule, required formats (Microsoft Excel 2016 or higher), specific personnel details needed for access, and various roles within the Navy Shipyard (NNSY). The submission of the Manning Forecast is to be completed electronically and must be done weekly, with a first submission due a week prior to a badging event for contractor employees. The document also details distribution information, emphasizing that the forecast must be reported to designated representatives yet to be determined at contract award. Overall, the CDRL serves to formalize the expectations for contractor performance tracking and personnel management within the framework of federal contracting requirements.
    The Quality Assurance Surveillance Plan (QASP) for the Norfolk Naval Shipyard (NNSY) outlines the systematic strategies employed to monitor contractor performance in relation to the NNSY Production Support Touch Labor requirements. Issued for information purposes, this document details the roles of government representatives—including the Contracting Officer, Contracting Officer’s Representative (COR), Cost Monitor, Project Manager, and Technical Point of Contact (TPOC)—in ensuring performance standards are met, without dictating how the contractor performs the work. The QASP emphasizes a results-driven approach over traditional compliance methods, allowing contractors flexibility in achieving quality outcomes while meeting performance standards. It establishes required performance metrics, customer feedback mechanisms, and methodologies for monitoring performance, including random and periodic inspections. Documentation requirements and feedback mechanisms are also specified to ensure accountability and continual improvement. Additionally, the plan includes performance standards, acceptable quality levels, and procedures for addressing any deficiencies, with a feedback loop to monitor and report contractor performance. This proactive performance management strategy aligns with government contracting principles, aiming to guarantee effective oversight and delivery of contracted services, ultimately ensuring taxpayer resources are utilized efficiently.
    The document presents a question-and-answer format pertaining to a government Request for Proposal (RFP), addressing contractor requirements for a project involving fire safety and laydown area provisions. Key topics include the provision of fire extinguishers, Personal Fall Arrest Systems, laydown area specifications, security clearances, deliverables, and payment schedules. The government confirms that it will supply necessary fire extinguishers and that no Personal Fall Arrest Systems are required. Additionally, safety compliance with OSHA regulations is emphasized for the laydown area, which must accommodate specific storage needs. Clarifications regarding contract amendments are discussed, including updates on key personnel requirements, submission formats for price quotes, and the removal of past performance criteria. The government intends to provide a muster area and states that all submissions related to Contractor Data Requirements Lists (CDRLs) and training plans must meet established deadlines. Payment for the contract will be issued monthly. The overarching goal of the document is to ensure clear communication of obligations and expectations for contractors participating in the bid process, fostering compliance with administrative and safety requirements throughout the contract's execution.
    The document outlines contractual requirements for contractor personnel at the Norfolk Naval Shipyard (NNSY) focusing on supervision, training, and operational protocols related to Fire Watch and Tank Watch roles. Contractors must ensure daily personnel counts, maintain presence at the site, and manage employee assignments and safety training. Key job responsibilities include conflict resolution, accurate tracking of worked hours, and compliance with safety standards mandated by federal regulations like 29 CFR 1915. The contract spans from August 15, 2025, to August 14, 2026, with contractors working during NNSY's standard shifts, which may vary according to workload. All personnel must undergo specific training in areas such as fire safety and confined space operations, ensuring readiness for emergency situations. Moreover, strict reporting mechanisms for injuries and attendance are established, and contractors must report manpower data via SAM.gov. This document serves as a guideline for contractors to meet governmental standards, ensuring safety and operational integrity while executing tasks at NNSY. The requirements for security clearances and usage of personal electronic devices are also addressed, emphasizing the sensitive nature of the work within the government context.
    The document outlines the responsibilities and requirements for contractor personnel at the Norfolk Naval Shipyard (NNSY) from August 15, 2025, to August 14, 2026. Key duties include maintaining accurate work hour tracking, resolving personnel conflicts, and ensuring on-site supervisors are available for the workforce. Contractors are expected to provide trained personnel in fire and tank watch operations, adhering to safety standards set forth in relevant laws and regulations, including OSHA guidelines. The contractor must ensure all personnel complete mandatory training before work commences, particularly in fire watch, tank watch, and confined space safety. Additionally, contractors need to report attendance weekly and incidents promptly, maintaining compliance with contractual obligations and quality assurance standards. To access secure areas, contractors must possess appropriate security clearances, and strict adherence to protocols regarding electronic devices is emphasized, especially in sensitive environments. The document underscores the importance of safety, training, and regulatory compliance in executing contractual work at NNSY, emphasizing the critical nature of maintaining a safe working environment for all personnel.
    The document outlines the procedures for vendors to submit quotations for a requirement under the NAVSEA Service Contracts Division, following Federal Acquisition Regulations (FAR) for the acquisition of commercial items. Interested vendors must email their quotes to designated individuals by 0900 AM EST on July 15, 2025. Proposals should include a Technical Narrative detailing the understanding and fulfillment of the Performance Work Statement, a price submission valid for 60 days, and an evaluation of the capacity to meet government requirements via a specified attachment. Vendors can pose questions for clarification to the contacts provided until the submission deadline. The document emphasizes adherence to defined timelines and evaluation criteria for the submissions, reflecting typical processes in government request for proposals (RFPs). It illustrates the government's approach to ensuring competitive bidding and compliance with regulations in acquiring commercial services.
    The document outlines the evaluation criteria for government contracts related to commercial products and services, specifying that awards will be granted based on a Lowest Price Technically Acceptable (LPTA) approach. Offerors must submit proposals that contain a technical narrative showcasing their understanding of the requirements in the Performance Work Statement (PWS) and a price proposal deemed reasonable by the government. The evaluation consists of two primary factors: Technical Narrative and Price Evaluation, assessing both technical acceptance and price reasonableness, with stringent requirements for acceptance. A significant emphasis is placed on the Offeror's capacity to fulfill the contract obligations, evaluated on an Acceptable/Unacceptable basis, factoring in the risk of unsuccessful contract performance. An unacceptable proposal will not be considered for award. This document serves as guidance for vendors responding to Requests for Proposals (RFPs) within government contracting, emphasizing the importance of initial submissions and the criteria for technical capability and pricing strategies to enhance competitiveness in the procurement process. Overall, it encapsulates the structured approach the government takes to ensure responsible contracting while maintaining fiscal prudence.
    The Norfolk Naval Shipyard (NNSY) Operations Security (OPSEC) Plan outlines essential security measures contractors must follow during contract performance. The plan applies to both classified and unclassified work and aims to protect critical information (CI) from adversaries. Key OPSEC processes involve identifying CI, analyzing threats and vulnerabilities, assessing risks, and applying countermeasures. Prime contractors are responsible for implementing training and ensuring compliance while NNSY Security assists with procedures. The document details requirements for safeguarding CI, including restricting discussions, controlling sensitive information handling, and ensuring the return of access credentials upon contract completion. It also includes guidance on personal electronic device usage, prohibiting personal photography in controlled areas, and mandates completion of cybersecurity and OPSEC training before contracting work begins. Disclosure of CI, whether intentional or through negligence, can lead to severe consequences, including contract termination. The signed OPSEC plan must be submitted prior to contract award, emphasizing contractors' accountability to protect sensitive information. The overall goal of the OPSEC plan is to maintain national security and protect the operational integrity of NNSY, ensuring contractors understand and adhere to these critical guidelines to prevent unauthorized access to sensitive U.S. government information.
    This document outlines the current capacity of a contractor in relation to ongoing U.S. Department of Defense (DoD) and commercial projects. The form includes sections for the contractor to detail specifics such as project start and end dates, project completion percentages, and the condition of equipment and manpower dedicated to these projects. It also prompts the contractor to indicate if weekend and shift work is applicable, along with any plans for reallocating manpower or equipment among projects. Additionally, it requests information on the number of fully qualified employees available, emphasizing those dedicated to the specific requirement at hand. Overall, this attachment is crucial for evaluating a contractor's capability to meet government requirements efficiently, which is essential in the context of federal RFPs and grants aimed at ensuring that government contracts are fulfilled by suitably equipped and staffed partners.
    The document presents an issue with a PDF viewer regarding the inability to display the file's contents. Users are directed to download the latest version of Adobe Reader for proper access. It provides links for upgrades and assistance while noting trademark information for Windows, Mac, and Linux operating systems. Despite the technical nature of the message, the underlying purpose revolves around ensuring users can access government RFPs, grants, and related documents seamlessly. The lack of specific content in the file limits key points, but the intended message emphasizes the importance of compatibility with document formats for effective engagement with government-related materials.
    The document appears to be a corrupted or improperly formatted government file related to requests for proposals (RFPs) and funding opportunities across federal, state, and local levels. The content is heavily garbled, preventing detailed analysis of specific topics, objectives, and sections typically found in such documents, such as project outlines, funding criteria, or application processes. Usually, RFPs include descriptions of project requirements, evaluation criteria for submissions, and timelines for proposal submissions. The main purpose of such federal, state, and local RFPs is to solicit bids from contractors, organizations, or individuals to fulfill specific governmental projects or services effectively while ensuring transparency and compliance with procurement regulations. An effective response to RFPs typically requires an understanding of the project scope, financial implications, and adherence to specified guidelines. Due to the lack of coherent information in this document, it is challenging to derive the central ideas or to summarize the key points in a traditional format. Nonetheless, it underscores the importance of a well-structured, clear RFP process for government contracting and grants, reflecting the need for accuracy and clarity in such official communications to better serve public interests and functionality.
    The document outlines the Contract Data Requirements List (CDRL) for a specific government contract, detailing essential information related to data items required from the contractor. The main purpose is to establish reporting obligations concerning personnel rosters and training trackers, with specific reference to compliance with the Performance Work Statement (PWS). Key details include submission timelines: the first report is due one week post-award, with weekly updates required until full staffing is reached. The report must be submitted electronically in Excel format to designated points of contact at the Norfolk Naval Shipyard (NNSY). Distribution is limited to U.S. Government entities and their contractors, reflecting the document's sensitivity. The document emphasizes the importance of accurate and timely data submission to ensure accountability and resource management within defense contracting. Overall, it is a structured protocol for managing critical contractor information aligned with governmental policies on procurement and oversight.
    This document provides clarifications regarding the Request for Proposals (RFP) issued by the government. The primary inquiries relate to discrepancies in the period of performance (PoP) details and due dates referenced in the solicitation. Initially, the solicitation mentioned a PoP from August 1, 2025, to July 31, 2026, which was corrected to August 15, 2025, to August 14, 2026. Additionally, the Performance Work Statement (PWS) indicated a mismatch in manning levels, which has now been updated to align with the corrected PoP. Another clarification was needed regarding the due date for the submission of proposals; the RFP initially stated July 7, 2025, but has since been amended to reflect a due date of July 15, 2025, at 9:00 AM EST. These updates are essential for ensuring that all potential bidders have accurate and consistent information for compliance in the procurement process. The document reflects the government's commitment to clarity in RFP procedures to facilitate fair and open competition.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Production Support: Forklift Drivers
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified small businesses to provide production support through forklift drivers under a firm-fixed-price contract. The procurement aims to secure skilled labor for forklift operations, essential for the shipyard's ongoing repair and maintenance activities, ensuring compliance with safety and operational standards. The contract period is anticipated to commence on January 5, 2026, and run through March 31, 2026, with an option to extend until June 30, 2026. Interested parties should contact Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil for further details.
    L019 - Safe Haven lay/docking services.
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Building 171 Machine Shop at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project, estimated to cost between $10 million and $25 million, involves extensive repairs and modernization efforts, including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, with a completion deadline of 630 calendar days from the award date, anticipated for February 10, 2026. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    FY26 USNS KANAWHA MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement involves the revision and cancellation of specific work instructions, with an emphasis on updating technical details and extending the final proposal submission deadline to December 17, 2025, at 3:00 PM EST. The contract is categorized under the Ship Building and Repairing industry, highlighting its significance in maintaining naval vessels. Interested small businesses are encouraged to reach out to Susan Bryant at susan.b.bryant.civ@us.navy.mil or call 757-777-4648 for further information regarding this total small business set-aside opportunity.
    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.
    SERVMART walk-in store
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for an Indefinite Quantity/Indefinite Delivery contract to operate the Norfolk Super SERVMART, a retail store and logistics service for U.S. Naval activities in the Virginia Hampton Roads area. The contractor will be responsible for providing a wide range of supplies, including office, janitorial, and tactical equipment, while ensuring high availability rates and compliance with federal regulations such as the Buy American Act and Trade Agreements Act. This procurement is critical for maintaining operational efficiency and cost-effectiveness for naval units, with a proposal submission deadline set for January 7, 2026, at 1:00 PM EDT. Interested vendors can direct inquiries to Contract Specialist John Hill at john.c.hill36.civ@us.navy.mil or Contracting Officer Samantha Miller at samantha.a.miller77.civ@us.navy.mil.
    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.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    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.
    Surface Ship Corrosion Mitigation
    Dept Of Defense
    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.