Cathodic Protection: Above/Under Ground Tanks
ID: 6081192Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Oil and Gas Pipeline and Related Structures Construction (237120)

PSC

MAINTENANCE OF OTHER NON-BUILDING FACILITIES (Z1PZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for a contract focused on Preventive Maintenance and Cathodic Protection for above-ground and underground storage tanks at the Naval Submarine Base New London in Groton, Connecticut. The contractor will be responsible for providing all necessary labor, management, supervision, tools, materials, and equipment to ensure the operational integrity and compliance of these critical systems, which are essential for environmental protection and safety. This performance-based contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded based on the Lowest Price Technically Acceptable Best Value Method, with a firm-fixed-price structure covering a base year and four optional extension periods. Interested contractors should contact Rebecca Spaulding at rebecca.j.spaulding.civ@us.navy.mil or call 860-694-4557 for further details and to ensure compliance with submission requirements by the specified deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation outlines a contract for Preventative Maintenance of Cathodic Protection systems at Naval Submarine Base New London (NSB NLON) in Groton, CT. It emphasizes the contractor's responsibilities, which include supplying all necessary labor, management, materials, and services as specified in the Performance Work Statement (PWS). The contract follows an Indefinite Delivery/Indefinite Quantity model and is divided into annexes detailing management, administration, safety protocols, and technical requirements. The Navy's service contracting approach prioritizes partnership with contractors, encouraging them to utilize their expertise to meet mission requirements effectively. Additional work may be acquired beyond the original scope, with guidance to inspect project sites for accurate service assessments. The document also highlights the region’s climate conditions, which can impact service delivery. Ultimately, this solicitation aims to ensure high-performance standards and operational efficiency for the Navy through qualified contract execution and adherence to best industry practices.
    The document outlines the management and administration requirements for contractors engaging with the federal government, specifically within the framework of a Request for Proposal (RFP). It details essential administrative requirements such as working hours, wage determinations, training, partnering processes, insurance requirements, and property management. The document emphasizes the role of key personnel, including project managers and safety officers, and mandates appropriate safety and health programs. It also stipulates security requirements governing access to government installations, outlining protocols for employee identification, vehicle registrations, and access arrangements. The safety provisions are particularly comprehensive, covering accident prevention, hazard analysis, emergency medical treatment, and reporting criteria for incidents. Environmental management and sustainability practices are highlighted alongside disaster preparedness protocols. This summary reflects the document's intent to ensure operational efficiency and safety compliance in contractor services while maintaining a focus on quality management and personnel accountability necessary for government engagements. These structured requirements aim to enhance collaboration between contractors and the government, promoting effective service delivery and adherence to established safety and regulatory standards.
    The document outlines deliverables associated with the Management and Administration aspect of a government contract, detailing specific requirements for submissions and approvals related to contract performance. Key deliverables include requests for work outside regular hours, sign-in sheets, permits and licenses, quality management plans, personnel qualifications, accident prevention plans, and reports on safety and environmental compliance. Each deliverable is assigned a timeline for submission, specifying recipients (Contracting Officer [KO] and Contracting Officer’s Representative [COR]) and original copy requirements. The report emphasizes compliance with various safety regulations, risk management strategies, and sustainable practices, demonstrating the government's commitment to operational efficiency and safety standards. This structured approach is critical for maintaining oversight during contract execution and ensuring alignment with regulatory expectations, making it a vital component of the RFP process and grant administration. Overall, the document reflects the requirement for thorough documentation and proactive management in government contracting.
    The document is a federal government file detailing various management and administrative attachments related to contracting, compliance, and operation protocols. It encompasses definitions, acronyms, and wage determinations, while specifying directives for hazardous waste management and reporting requirements. Key components include definitions for assets, services, and relevant roles such as the Contracting Officer and Contractor representatives. The file outlines procedures for managing work orders, asset data, hazardous waste, and service provider information, stressing the importance of safety and regulatory adherence throughout operations. Special mention is made of the NAVFAC MAXIMO data reporting system, which mandates standardized data submission about ongoing projects, including asset repairs and service fulfillment. Overall, the document serves as a comprehensive guide for contractors and service providers involved in federal projects, ensuring that all parties understand their responsibilities and the standards required for environmental management, workplace safety, and effective communication. The thoroughness of this documentation reflects a commitment to maintain high operational standards and compliance with federal regulations in contract fulfillment.
    The document outlines the requirements for Facility Investment services focused on Cathodic Protection systems at the New London Naval Submarine Base in Groton, CT. Its primary goal is to ensure the sustainability, restoration, and modernization of infrastructure through maintenance, repair, and construction activities. Key components include management and administration stipulations, definitions, personnel qualifications, workmanship standards, and historical preservation guidelines. Recurring work is categorized into emergency, urgent, and routine service orders, each with specific response and completion timelines, while a preventive maintenance (PM) program is mandated for maintaining operational systems. The Contractor is responsible for documentation of work performed, compliance with industry regulations, and ensuring a swift response to maintenance needs. Non-recurring work may be ordered through established DoD procedures for specific tasks. Overall, this document guarantees that services adhere to Navy standards, regulatory requirements, and best practices, establishing a collaborative framework between the Contractor and the Government for ongoing facility management and safety.
    The document outlines the reporting and performance requirements for a facility investment project related to the management of tank programs. Key responsibilities include the contractor's obligation to notify the Environmental Engineer of any major regulatory violations within four hours of identification. Deliverables include a Service Order Summary Report compiled monthly, detailing completed work, issues encountered, materials used, labor hours, and acceptance by contractors. The report must be submitted electronically to the Government Officer (KO) for review. Other required reports include a Monthly Maintenance Summary and a Preventive Maintenance Program, which are submitted on specified timelines. This structure emphasizes the need for compliance and systematic documentation of labor and materials to enhance efficiency and safety within the facility's operational framework. The responsibilities emphasize accountability in maintaining environmental regulations and ensuring timely communication between contractors and government officials.
    The document outlines the Facility Investment guidelines under Section J-1502000, providing various attachments related to definitions, references, site maps, and maintenance reports relevant to federal grant and RFP processes. The definitions categorize types of cranes based on their rated capacity and detail equipment classifications, maintenance protocols, and lifecycle costs essential for managing facilities. Key attachments include historical service order workload data, monthly and annual inspection forms for aboveground and underground storage tanks, and summarized maintenance reporting, informing stakeholders about the operational status and inspection requirements for facility-related equipment. These structured guidelines are critical for ensuring compliance, safety, and effective management of facility maintenance, thereby supporting the objectives of the CNO/NAVFAC policies while addressing facility needs through proper stewardship and maintenance practices. The document serves as a foundational resource for government agencies involved in facility management and investment planning, emphasizing the importance of integrated maintenance programs and adherence to established technical standards and regulations.
    The document outlines a comprehensive Facility Investment program focused on various maintenance and inspection services required for facility operations. It categorizes services into three main areas: emergency, urgent, and routine work, as well as preventive maintenance and integrated maintenance programs. Specific systems addressed include HVAC and refrigeration, fire protection, boiler systems, weight handling equipment, and vertical transportation equipment, among others. The program emphasizes recurring services like thorough inspections, testing, and certification to ensure all systems operate effectively and comply with safety standards. This initiative highlights the government's commitment to maintaining and improving facility integrity while facilitating efficient workflow through systematic maintenance strategies. Overall, the document serves as a framework for soliciting proposals related to facility maintenance and operational support, referencing various critical systems necessary for proper infrastructure management.
    The Aboveground Storage Tank Inspection Form serves as a comprehensive checklist for evaluating the condition of storage tanks and their associated equipment during annual inspections. The form includes criteria for assessing the integrity of various components such as the concrete pad, insulation, valves, leak detection systems, and tank conditions. Inspectors are required to document observations regarding the structural integrity, functionality, and maintenance of valves, strainers, filters, and electrical wiring. Notable points include the necessity of immediate corrective actions for any deficiencies found, as well as the adherence to manufacturer specifications for each component. Compliance with regulated safety and environmental standards is emphasized, specifically referencing the STI SP001 6th edition for inspection guidelines. The purpose of this form is to ensure the safe operation of storage tanks, thereby reducing potential environmental hazards and ensuring compliance with government regulations related to tank integrity and leak prevention.
    The document outlines a monthly inspection form for aboveground storage tanks (ASTs) to ensure compliance with safety and operational standards. The inspection process includes evaluating the condition of double-walled or concrete-encased tanks, checking for liquid in the interstitial space, and assessing the state of spill buckets, tank exteriors, and piping connections for visible leaks. Key areas of focus involve the functionality of overfill prevention equipment, legibility of tank level gauges, and the integrity of containment systems. Inspectors must address immediate corrective actions if any components fail to meet required conditions. Overall, this inspection form serves to maintain safety, compliance, and operational efficiency of ASTs, crucial for environmental protection and regulatory adherence in municipal settings. Its structured format facilitates thorough inspections to mitigate spill risks and ensure safe fuel management practices.
    The document outlines an amendment to solicitation N4008525R2614 concerning the maintenance and repair services for cathodic above and underground tanks at the Naval Submarine Base New London, CT. It details modifications including a change in selection criteria to “Lowest Price Technically Acceptable Best Value Method” and updates corporate experience requirements to focus on maintenance of tanks instead of generators. The contract is firm-fixed-price with a minimum guarantee spanning a base period and four option years. The solicitation encourages potential bidders to attend a site visit, submit proposals, and adhere to specific submission requirements, including a bid schedule and corporate experience documentation. Offerors will be evaluated based on price, corporate experience, and past performance, with the emphasis on relevant tank maintenance projects. Key elements of the contract include a procurement set-aside for Service-Disabled Veteran-Owned Small Businesses and compliance with the Service Contract Act wages. Amendments aim to clarify bidding details and address specific questions submitted during the RFI phase. Overall, the document substantiates the government's commitment to ensuring a competitive procurement process while emphasizing quality service delivery from potential contractors.
    The document outlines requirements for the Request for Proposals (RFP) N40085-25-R-2614 regarding UST/AST/Cathodic Tanks Maintenance & Repair Services at the Naval Submarine Base New London in Groton, CT. It requests detailed corporate experience from bidders, including key information such as company name, contract title and number, project descriptions, and the details of relevant past contracts, including contract types, award values, and completion dates. Offerors must also provide contact information and an explanation for any discrepancies in contract values or dates. The structure emphasizes the government's right to verify the information provided, underscoring the need for accuracy and transparency in the bid submissions. This RFP aims to solicit qualified contractors to maintain and repair critical infrastructure, ensuring operational readiness and compliance with safety and regulatory standards.
    The document is a Contractor Quality Inspection and Surveillance Monthly Report intended for monitoring and reporting on the quality control (QC) and safety performance of contracts within federal, state, and local contexts. It includes sections for detailing the contract number, title, month/year, QC results, and any safety issues encountered during inspections. Key metrics displayed include the number of items performed versus those actually inspected, alongside results indicating how many passed or failed QC checks. Notably, comments and corrective actions taken are also documented to ensure accountability and facilitate improvements. The report concludes with fields for the QC signature and date, allowing for verification and record-keeping. This structured approach underscores the government's commitment to ensuring compliance and maintaining high standards for contractors, thereby enhancing project outcomes and safety across various initiatives.
    The Contractor On-Site Labor Monthly Summary Report is designed to capture and summarize the labor hours worked by both prime and subcontractors for federal contracts. The report includes sections for firm fixed price work and IDIQ (Indefinite Delivery Indefinite Quantity) tasks, detailing hours worked on-site, along with specific comments for each task associated with contractors and subcontractors. It combines total labor hours from all categories to provide an overall summary of on-site activities. Additionally, the report discusses the importance of the Trouble Call Summary, which aids in closing out MAXIMO numbers efficiently at month-end. It suggests that submitting this data weekly could help manage the backlog more effectively. The emphasis on accurate reporting and timely submissions underlines the report's role in enhancing transparency, accountability, and operational efficiency in managing government contracts.
    The Asset File document outlines the interface requirements for submitting asset information into MAXIMO, a management system used by the federal government. It consists of multiple sections including the Asset File Info, Field List, and Template. The primary focus is on the essential fields required for asset entry, such as Asset Number, Description, Location, Asset Type, and others, with specific data formats and requirements denoted for each field. Certain fields are mandatory while others are optional. The document also highlights value lists that need to match those in the MAXIMO system and notes that assets cannot be created and updated in the same submission. This structured approach ensures standardized data management and compliance with government asset tracking protocols, key for accurate federal grants and RFP submissions. Through detailed instructions and guidelines, the document plays a crucial role in maintaining the integrity of asset management processes aligned with government regulations.
    The document N44255-18-D-5009 outlines the asset specification requirements for a federal project utilizing the MAXIMO interface. It includes various tabs that detail asset specifications, field lists, and a template for asset data entry. The initial section describes the format and necessary information regarding service provider assets, which include unique identification numbers, attributes, and value types, with specific field lengths listed. The template emphasizes the need for a pipe-delimited format for data submission, clarifying that only specified columns and rows containing data should be included. Additionally, sample data entries illustrate the expected format. This guideline serves to ensure data consistency and accuracy in asset management related to government contracts and requests for proposals (RFPs), facilitating effective tracking and management of governmental assets across various state and local operations.
    The document outlines the procedures and requirements for submitting characteristic meter reading data within the NAVFAC MAXIMO database. It specifies essential fields needed, including Site, Asset, Meter, Observation, Measurement Date, and Inspector, all of which are mandatory and must conform to prescribed formats to ensure successful data processing. Observations are categorized into two types: Facilities (DCR) with color-coded ratings and Utilities (UCR) with a scoring system from 1 to 5. The guidelines clarify that current readings must be filed in the MEASUREMENT Table, while older data will appear in the ASSETMETER Table, preventing confusion during data reviews. The submission must adhere to a flat-file format, specifically pipe-delimited text files, requiring precise structuring for compatibility with the system. This document serves as an instruction manual aimed at ensuring accurate and efficient data entry for meter readings, integral for managing utilities and assets effectively within federal and local government projects.
    The document outlines the pricing proposal for facility maintenance and investment as part of solicitation number N40085-25-R-2614. It is structured into various line items categorized as recurring and non-recurring costs, spanning multiple periods, including Base Year and subsequent Option Years. Key maintenance tasks include preventive maintenance for cathodic protection systems, fuel management for underground and aboveground storage tanks, and urgent service calls, all with specified quantities and unit prices marked as zero. Non-recurring tasks pertain to labor and material costs for services such as underwater inspections, interior and exterior coatings for tanks, removal and replacement of wall sections, and confined space monitoring. Each line item reflects a firm fixed price model, emphasizing essential service tasks required for operational integrity across several facilities. The document serves as part of a Request for Proposal (RFP), indicative of the government’s strategy to engage contractors for facility upkeep, ensuring compliance with federal standards while addressing ongoing maintenance and safety concerns in federal facilities. Overall, the essence of the document highlights the structured approach to budgeting and soliciting bids for comprehensive asset management services aligned with governmental regulatory requirements.
    The document outlines the solicitation N40085-25-R-2614 for facility investment services, categorizing expected expenses into recurring and non-recurring costs across multiple option periods. Each line item details specific maintenance services, such as cathodic protection systems, fuel management, and coating for underground and aboveground tanks. The contractors are required to provide cost estimates, including quantities and unit prices, for various maintenance and inspection tasks. Importantly, all work must adhere to specified standards and regulations, with certain labor and material costs subject to negotiation. Throughout the document, the emphasis is on maintaining operational standards within federal guidelines while anticipating potential future maintenance needs. The clear structure facilitates contractors' understanding of requirements, allowing them to submit informed proposals aligned with government expectations for maintenance and investment in facility infrastructure.
    This document outlines the Cathodic Protection (CP) and Fuel Management (FM) systems across various locations managed by CNIC. It provides a detailed inventory of locations (piers, quay walls, underground storage tanks (UST), aboveground storage tanks (AST), and generator tanks) along with their respective capacities and whether CP and FM systems are implemented. A total of 13 CP systems exist across different piers, with specified requirements for testing, recording readings, and preventative maintenance. The UST section highlights various fuel types such as gasoline and fuel oil and their capacities, while 48 ASTs and 30 generator tanks are cataloged with associated fuel types, primarily diesel and waste oil. Furthermore, the document serves as a reference for contractors regarding inspection frequencies and operational responsibilities. This compilation is a crucial reference for federal and local regulatory compliance regarding fuel management and cathodic protection, ensuring system integrity and safety, pivotal in government projects and procurement processes. Overall, the file emphasizes the meticulous inventory and management of fuel systems imperative for operational readiness and maintenance across CNIC sites.
    This document outlines the Cathodic Protection (CP) and Fuel Management (FM) systems across various locations managed by CNIC. It provides a detailed inventory of locations (piers, quay walls, underground storage tanks (UST), aboveground storage tanks (AST), and generator tanks) along with their respective capacities and whether CP and FM systems are implemented. A total of 13 CP systems exist across different piers, with specified requirements for testing, recording readings, and preventative maintenance. The UST section highlights various fuel types such as gasoline and fuel oil and their capacities, while 48 ASTs and 30 generator tanks are cataloged with associated fuel types, primarily diesel and waste oil. Furthermore, the document serves as a reference for contractors regarding inspection frequencies and operational responsibilities. This compilation is a crucial reference for federal and local regulatory compliance regarding fuel management and cathodic protection, ensuring system integrity and safety, pivotal in government projects and procurement processes. Overall, the file emphasizes the meticulous inventory and management of fuel systems imperative for operational readiness and maintenance across CNIC sites.
    The Contractor Trouble Call Monthly Summary Report serves to document repairs or work performed under a specific contract. It includes essential details such as the contract number, title, contractor, and reporting period. Each entry outlines the status of repairs, categorized as emergency or routine, and provides a brief description of the work conducted, alongside any relevant notes or comments. The report also records the dates and times when work commenced and when it was completed. This structured format ensures efficient tracking and accountability for maintenance and repair tasks, supporting compliance with federal and local guidelines for government contracts and work performance. Overall, the document reflects a systematic approach to monitoring contractor activities, essential for effective resource management and operational oversight in government operations.
    The document outlines the "Post-Award Contractor's Limitations on Subcontracting Certification," primarily focused on the obligations of prime contractors under federal contracting regulations. It specifies the reporting requirements for contractors regarding labor costs on performance periods, including separate reporting for prime and subcontractor labor costs. According to the applicable Federal Acquisition Regulation (FAR) and Code of Federal Regulations (CFR), contractors must ensure that a significant portion (at least 50% for services or products, and varying percentages for construction) of contract performance costs are performed by their own employees. The form requires the contractor's signature to certify the accuracy and completeness of the submitted information. This certification process reinforces compliance with overarching federal laws governing contractor responsibilities and limitations on subcontracting in order to ensure appropriate allocation of work and resources within awarded contracts. The emphasis on accurate reporting highlights the importance of transparency and adherence to regulatory standards in public procurement.
    The document outlines a solicitation for contracting services related to the maintenance and repair of cathodic protection for above-ground and underground storage tanks at the Naval Submarine Base in New London, CT. The contract is set as a Firm-Fixed-Price (FFP) type, and is reserved for Service-Disabled Veteran-Owned Small Businesses, adhering to federal procurement guidelines. It defines the contract's specifics, including the scope of work, key personnel requirements, site visit instructions, and proposal submission details. The contract spans a base year from June 1, 2025, to May 31, 2026, with four optional extension periods totaling up to 60 months. Contractors are required to conduct site visits, answer clarification questions, and submit paperwork that includes pricing for specific contract line items (CLINs) and Exhibits Line Item Numbers (ELINs). Evaluation criteria focus on price, corporate experience, and past performance. Offerors must provide evidence of their capabilities and history in similar projects to avoid performance risks. This solicitation reflects the government's commitment to maintain safety and functionality in military facilities while promoting small business engagement, particularly from veteran-owned enterprises.
    The NEPA Environmental Checklist for the Naval Submarine Base New London outlines the environmental considerations associated with the AST/UST/Cathodic Protection project, scheduled to begin in June 2025. The project involves rewriting a service contract to repair and maintain cathodic protection systems for various storage tanks and structures. Required submissions include a completed checklist, site map, and statement of work, all due 15 days before the project's start date. Key planning requirements address potential environmental impacts such as wetland and navigable water permits, air emission permits, and considerations for endangered species consultations. The checklist indicates that consultations may take significant time and may affect the project timeline. It emphasizes adherence to federal, state, and local regulations, highlighting specific management practices for stormwater, wastewater, and hazardous materials. Additional requirements include inspections prior to operation and notifications for any spills. This document serves as a guide to ensure environmental compliance and mitigate impacts during the project, reflecting the government's commitment to responsible environmental stewardship in federally funded projects. The Environmental Division is the primary contact for compliance-related inquiries and approvals.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a structured document designed for contractors to gather and present performance evaluations related to government contracts. The questionnaire requires contractors to provide detailed information, including firm identification, contract specifics, project complexity, and client roles. Clients, on the other hand, assess the contractor's performance based on a range of criteria encompassing quality of work, timeliness, customer satisfaction, management effectiveness, financial management, safety, and general compliance. Each performance element is rated on a scale from Exceptional to Unsatisfactory, allowing clients to express their level of satisfaction and note any issues encountered. The form emphasizes the importance of direct communication between clients and contractors, urging clients to submit completed questionnaires back to the offeror or directly to NAVFAC for validation. This document is crucial for evaluating contractors in the context of federal RFPs, grants, and local solicitations, ensuring a rigorous assessment process that aids in maintaining high standards of contract performance and accountability within government projects.
    The Performance Assessment Plan (PAP) for Contract N40085-25-R-2614 at the Naval Submarine Base New London outlines a structured framework for evaluating contractor performance in cathodic protection services. It establishes clear roles for government representatives, including the Performance Assessment Representative (PAR) and the Performance Assessment Board (PAB), who are responsible for assessing work quality against contractual standards. The plan emphasizes collaboration between government and contractor to foster effective communication, timely delivery, and high-quality service. Key components include methodologies for assessment, safety compliance, and the use of Performance Assessment Worksheets (PAWs) for documentation. Assessment procedures utilize various methods, such as periodic sampling and customer evaluations, to ensure that services conform to contract requirements. Safety and security measures are also integral, with detailed provisions for accident prevention and compliance monitoring. The PAP strives for continuous improvement through monitoring, evaluation, and regular updates. It serves as a vital tool in maintaining accountability and ensuring that payments are aligned with performance standards, emphasizing the contractor's responsibility for quality assurance. Overall, the document highlights the government’s commitment to effective contract management, safety, and achieving desired performance outcomes.
    The document outlines a solicitation (No. N40085-25-R-2614) for maintenance and repair services of UST/AST/Cathodic tanks at the Naval Submarine Base in Groton, CT. It serves as a formal request for proposals (RFP) targeted at potential contractors, seeking to gather questions related to the requirements of the project. The document includes fields for a company’s name, address, contact information, and a section for posing inquiries, emphasizing the need for clarity in the bidding process. This solicitation is indicative of the government’s approach to ensuring contractors are adequately informed and able to meet the operational standards set for vital maintenance services related to submarine infrastructure. The request for questions suggests that interactive communication between the agency and interested parties is encouraged to foster transparency and thorough understanding of project needs. This aligns with standard procedures in federal procurement aimed at optimizing service delivery through qualified bidders.
    The document is a "Sources Sought – Contractor Information Form," designed for contractors to submit their essential information in response to federal government RFPs and grants. It includes sections for contractor details, such as their Unique Entity Identifier (UEI), CAGE code, firm name, and contact information for a point of contact (POC). It also asks contractors to identify their business type, including designations like SBA-certified 8(a) firm or service-disabled veteran-owned small business. Additionally, the form requires information on bonding capacity, specifying both maximum bonding amounts per project and aggregate bonding capacity. There is a designated space for any additional clarifications regarding the submitted data. The use of this form facilitates the government's ability to gather necessary contractor information efficiently, ensuring compliance with federal contracting requirements and promoting transparency in the procurement process. The concise format is intended to streamline information collection and enable the government to assess the qualifications of prospective contractors for upcoming projects or grants.
    The SUBASE General Information document outlines comprehensive safety and operational regulations for contractors working at Naval Submarine Base New London. It emphasizes adherence to government regulations, fire safety protocols, and the necessity for pre-work safety meetings. Contractors are liable for compliance with OSHA standards, submitting damage and accident reports within 24 hours, and conducting crane operations according to specified safety manuals. The document also details environmental protection responsibilities, insurance requirements, and security protocols for base access, including background screening procedures for contractors’ personnel. Moreover, there are provisions for handling radiological safety, permits for work, and directives for historical and archaeological resource protection. Overall, the document serves to ensure safe, compliant practices, and environmental stewardship during contract execution at the facility, equipping contractors with vital operational guidelines and responsibilities.
    Similar Opportunities
    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.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services and material support for the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS). This procurement aims to ensure that various submarine training systems and associated equipment remain in a 'ready-for-training' state across six locations, including Groton, CT, and Norfolk, VA, among others. The contract will span 60 months, starting with a two-month mobilization period, followed by a ten-month base year and four optional twelve-month periods, with contractor performance expected to commence on June 1, 2026. Interested parties should note the anticipated RFP release date of November 14, 2025, and contact Valentina Walsh at valentina.p.walsh.civ@us.navy.mil or Dean Deford at dean.p.deford.civ@us.navy.mil for further inquiries.
    Manual Bus Transfer (MBT) Cables
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the manufacture and delivery of various Manual Bus Transfer (MBT) cables for the Naval Submarine Support Facility (NSSF) in Groton, Connecticut. The procurement includes the production of six 50-foot, 400-amp three-phase cables, as well as multiple single-phase cables of varying lengths and specifications, all of which must adhere to military standards and include specific connectors. These cables are critical for ensuring reliable electrical connections in naval operations, highlighting their importance in supporting submarine maintenance and operations. Proposals are due by 5:00 PM EST on January 5, 2026, and interested contractors should submit their offers electronically to the designated contacts, Roland Parrilla and Stephanie Neale, at the provided email addresses.
    Surface Ship Corrosion Mitigation
    Buyer not available
    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.
    Replace Federal Pacific Panels, Smith Hall, U.S. Coast Guard Academy New London, CT (New London County) Project No. 27641871
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the replacement of approximately 22 Federal Pacific electric panels in Smith Hall at the U.S. Coast Guard Academy in New London, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment while ensuring continuous power supply during the replacement process, with a completion deadline set for December 31, 2026. This Total Small Business Set-Aside opportunity has an estimated contract value between $1,000,000 and $5,000,000, with bids due by January 6, 2026, and a questions due date of December 17, 2025. Interested vendors should contact Teresa L. Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.
    L019 - Safe Haven lay/docking services.
    Buyer not available
    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.
    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.
    Offutt Tank Inspection
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for tank inspection services at Offutt Air Force Base, Nebraska. The procurement involves conducting API Modified Inspections on four Jet A fuel tanks, including tasks such as fuel removal, tank cleaning, and the development of strapping charts, all adhering to federal and state regulations. This contract is crucial for maintaining the integrity and safety of fuel storage facilities, ensuring compliance with environmental and safety standards. Proposals are due by December 16, 2025, at 2:00 PM CST, and interested parties should contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Brent Bertrand at Brent.D.Bertrand@usace.army.mil for further information.
    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 for the Shop 89 Touch Labor Support - Shipwrights contract. This procurement involves providing skilled personnel in various trades, including Shipwrights, Program Managers, Project Managers, and Supervisors, to support the maintenance and repair of naval vessels at the shipyard in Portsmouth, Virginia. The contract is crucial for ensuring the operational readiness of vessels such as the USS GEORGE H. W. BUSH and USS HARRY S. TRUMAN, with a performance period anticipated from February 2, 2026, to January 29, 2027, and an option to extend through July 30, 2027. 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, with proposals due by December 2, 2025.