USNS ARTIC (T-AOE 8) ROH/DD
ID: N3220524R4106Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, 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 Department of the Navy, is soliciting proposals for an amendment to the federal contract N3220525R4106, focusing on shipbuilding and repair services. This amendment, designated as Amendment 0006, extends the performance period for the project from May 21, 2025, to November 10, 2025, and sets a new due date for Final Proposal Revisions on April 7, 2025. The procurement is critical for maintaining the operational readiness and safety of naval vessels, encompassing a range of services including hull and structural work, propulsion machinery, electrical systems, and HVAC services. Interested contractors should contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further details and to ensure compliance with the updated solicitation requirements.

    Files
    Title
    Posted
    The document outlines federal and state RFP items related to ship maintenance, repair, and safety inspections, categorized into sequential sections ranging from 0001 to 1000 and further divided into specific item categories. Each section includes detailed requirements and technical specifications for tasks such as machinery maintenance, safety protocols during hazardous conditions, and environmental compliance for waste disposal. The items specified cover a wide range of services, including inspections, certifications, repairs, and installations, crucial for ensuring operational efficiency and regulatory adherence of naval vessels. Key areas of focus include quality assurance, electrical safety, fire protection systems, and general maintenance services. The document serves as a comprehensive framework for prospective contractors and grant applicants, clarifying expectations and standards necessary for fulfilling the government's contractual obligations regarding vessel upkeep and safety. The structured format allows easy navigation of services and requirements, emphasizing the importance of technical compliance in federal and local government contracts. This articulation of services plays a vital role in maintaining maritime readiness and safety standards within the governmental maritime operations context.
    The document outlines the terms of a Use and Non-Disclosure Agreement (NDA) for the sharing of technical data related to the USNS ARCTIC (T-AOE 8) between the government and an Offeror, following the guidelines of specific Department of Defense instructions. The NDA specifies that the Offeror must restrict the use of provided data solely for the preparation of proposals and contract execution while ensuring organizational controls to prevent unauthorized access and dissemination. It mandates that the Offeror must return or destroy all data upon contract completion or award to another entity, verify such destruction, and cooperate with the government on any unauthorized disclosure incidents. Additionally, the document requires the Offeror to identify subcontractors who will adhere to similar NDA terms. This agreement aims to safeguard sensitive information and ensure compliance with military data-sharing regulations within the context of federal RFPs and contracts, promoting responsible data stewardship and protecting national security interests.
    The document presents a detailed contractor price breakdown for Category "A" items related to the USNS Arctic (T-AOE 8) under the solicitation N3220524R4106. It outlines various service requirements, including general services, technical representatives, testing and quality assurance, and safety procedures, among others. Each item is tabulated with associated labor prices, material costs, and total expenditure, most of which currently are marked as $0.00, indicating pending assessments or unspecified costs. The structure includes specific tasks related to hull and structural work, propulsion machinery, electrical services, navigation, and habitability outfitting. The document aims to facilitate accurate budget planning and resource allocation for projects involving the vessel. Overall, it serves as an essential resource for contractors and project managers tasked with comprehensive maintenance and improvement of the USNS Arctic, ensuring adherence to operational standards and safety compliance.
    The document outlines an amendment to a federal solicitation concerning a project under contract ID N3220525R4106. Key changes include an extension of the performance period from May 21, 2025, to November 10, 2025, and a new due date for Final Proposal Revisions set for April 7, 2025. Certain components, notably WI 0406, have been removed, and the J-2 attachment has been updated. The document provides a detailed summary of changes to specifications and requirements across various sections, including hull and structural work, propulsion machinery, electrical systems, and HVAC services, among others. Each section lists individual requirements and their categorizations, indicating compliance and operational constraints. The amendment emphasizes administrative adjustments that impact contractor obligations and the necessity for acknowledgment of the amended solicitation. This document is a critical component of the Federal Acquisition Regulation process, ensuring that potential contractors are informed and can revise their proposals accordingly.
    The Military Sealift Command (MSC) is preparing to issue a presolicitation for the Regular Overhaul and Dry-Docking (ROH/DD) of the USNS ARCTIC (T-AOE 8) in support of fiscal year 2025. The contract will be set aside exclusively for small businesses, following market research that indicated sufficient interest from SMEs in the relevant industry. The anticipated performance timeframe for the contract is approximately 90 days, commencing May 21, 2025, with an award date expected on March 22, 2025. A total of roughly 102 work items will be included in the scope, which encompasses essential services such as general ship services, tank testing, surveys, and maintenance inspections. The solicitation will be published on SAM.gov around October 24, 2024, providing potential bidders the necessary information to respond. The contracting officer for this presolicitation is Haley Rolince, who can be reached at the provided contacts for inquiries. This document reflects MSC’s intent to proceed with pivotal maintenance contracts, ensuring operational readiness through small business engagement and industry collaboration.
    The Military Sealift Command has issued a sources sought notice to gauge interest from eligible businesses for a Regular Overhaul Dry Docking (ROH/DD) of the USNS ARTIC (T-AOE 8), scheduled to commence around May 21, 2025, for a 90-day duration. Interested contractors must have facilities located along the East Coast or Gulf. The work package will include various tasks such as general services for the ship, tank testing, equipment maintenance, and dry docking procedures. The solicitation for this project is expected to be issued around November 4, 2024, with details available via sam.gov. Respondents should demonstrate relevant experience, provide their business classification (large or small), CAGE Code, and any partnerships with larger firms. Submission of a capabilities statement by October 18, 2024, will help the government assess potential bidders, although it is not required for future offerings. Notably, the government will not pay for any information received in response to this notice, reflecting the preliminary nature of this process within the broader context of federal procurement.
    Lifecycle
    Title
    Type
    Solicitation
    Presolicitation
    Similar Opportunities
    USNS GUADALUPE FY26 Mid-Term Availability
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability contract. This procurement involves shipbuilding and repairing services, with a focus on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J999. The contract is crucial for maintaining the operational readiness of the USNS GUADALUPE, ensuring it meets the necessary standards for future missions. Interested parties should note that the request for comments (RFC) period has been extended to December 24, 2025, at 2:00 PM EST, with the solicitation closing date now set for January 8, 2026, at 3:00 PM EST. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.
    USNS MERCY (T-AH 19) FY26 ROH/DD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance and repair of the USNS MERCY (T-AH 19) as part of its Fiscal Year 2026 Regular Overhaul and Dry Docking (ROH/DD) project. This procurement involves comprehensive shipbuilding and repair services, which are critical for ensuring the operational readiness and longevity of the vessel, a key asset in the Navy's humanitarian and medical missions. Interested contractors should refer to the attached documents for detailed specifications and requirements related to Amendment 0008 of this solicitation. For further inquiries, potential bidders can contact Benjamin Brackett at benjamin.b.brackett.civ@us.navy.mil.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    USS DEWEY DDG-105 FY26 6C1 SRA(d)
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS DEWEY (DDG-105) during its scheduled maintenance period from March 30, 2026, to June 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Eligible contractors must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and are required to manage Government Furnished Material (GFM) while adhering to strict NAVSEA and SRF-JRMC standards. This procurement is critical for maintaining the operational readiness of naval vessels, ensuring they meet the necessary safety and performance standards. Proposals are due by January 2, 2026, with access to work specifications available through DoD SAFE upon request by December 22, 2025; interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil for further information.
    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.
    N0002426R4405 USS DONALD COOK (DDG 75) Sources Sought
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought announcement for the FY27 Dry Docking Selected Restricted Availability (DSRA) of the USS DONALD COOK (DDG 75). The procurement aims to identify industry capabilities and interest in performing extensive maintenance and modernization work, including significant upgrades to various systems and structural repairs, scheduled from January 11, 2027, to April 15, 2028. This project is critical for maintaining the operational readiness of the vessel and involves approximately 70,000 man-days for maintenance and 15,000 for modernization, requiring contractors to have specific facilities and capabilities, including a dry dock suitable for a DDG51 Class Ship. Interested parties must submit their letters of interest by 4 PM Local Time on January 2, 2026, to the designated contacts, Brian Romano and Alicia Vesey, via the provided email addresses.
    48--VALVE,ACTUATOR ASSY, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting offers for the repair and modification of the Valve, Actuator Assembly. This procurement aims to refurbish critical components essential for naval operations, ensuring they meet stringent quality and performance standards. The selected contractor will be responsible for delivering the refurbished items within 183 days of contract award, adhering to specific engineering and quality assurance requirements. Interested parties should contact Madison M. Gray at 717-605-4056 or via email at MADISON.M.GRAY4.CIV@US.NAVY.MIL for further details, noting that the deadline for offers has been extended to 4:30 PM EST on 30 June 2025.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Dept Of Defense
    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.
    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.
    N6449822D4005 - Ordering Period & Period of Performance Extension.
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is extending the ordering period for contract N6449822D4005, originally awarded to L3 Technologies, Inc. This contract encompasses the provision of Design Agent Engineering and Services for various ship class Steering Control and Navigation Control Systems and Machinery Control Systems, essential for maintaining the operational capabilities of the U.S. Navy's fleet. The modification will extend the ordering period by approximately 36 months, allowing for continued execution of ongoing services without increasing the contract's value. Interested parties may contact Melissa Ford at melissa.e.ford3.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil for further details.