Rolling Admission – Request for Proposals under Guam General Ship Repair IDIQ Multiple Award Contract
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMILITARY SEALIFT FLEET SUPPORT CMDFPO, AP, 96540-2600, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC), is inviting proposals from qualified HUBZone-certified small businesses for rolling admission to the Guam General Ship Repair Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract. This procurement aims to enhance the contractor pool for general ship repair services for vessels operating primarily in Guam, ensuring the ability to meet operational and maintenance requirements in a dynamic environment. The scope of work includes providing all necessary labor, equipment, and materials for ship repair and related functions, with work primarily performed at Government piers on Naval Base Guam and potentially extending to other locations. Interested offerors must submit proposals electronically to Christina Cortez at christina.m.cortez4.civ@us.navy.mil, with evaluations conducted on a rolling basis. For further inquiries, contact Christina Cortez at 671-685-2314.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) that outlines the collection and delivery of specific data items between contractors and the government. This form delineates various sections including contract line item numbers, data item titles, submission frequency, format requirements, and the responsibilities of both the government and the contractor. A key component is the Project Planning Chart (DI-MGMT-80507C), which visually represents the scheduling and progress of contract work. Requirements for the chart include detailing actual versus scheduled work, pertinent task descriptions, milestone symbols, delivery dates, and expenditures in manhours and funds. The instructions emphasize the importance of tailoring the documents to specifications and include detailed descriptions for each section to aid in compliance and ensure data quality. Accurate completion of this form is essential for maintaining effective communication and accountability in federal contracts, ensuring all parties meet their technical and financial obligations efficiently. The overarching purpose of the document aligns with government structures in managing RFPs and grants, underscoring a commitment to transparency and regulatory compliance in public contracting.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for a specific data item titled "Condition Found Report" (DI-MGMT-81648). This document is utilized by the Department of Defense to specify data requirements during contract performance, ensuring compliance and clarity in communications between contractors and the government. It includes sections covering contract references, submission dates, and frequency, while emphasizing contractor responsibilities in format and content delivery. The Condition Found Report is crucial for identifying necessary repairs not included in the original specifications, recommending corrective actions, and providing detailed descriptions of issues discovered during contract execution. It mandates specific information, such as contract and ship numbers, work item numbers, and cost estimates required for completion. Additionally, the form requires contractors to categorize data items into price groups, which evaluate the cost implications of contractor efforts in preparing these items. This comprehensive format underscores the government’s need for detailed reporting and the importance of accountability during project execution, aligning with broader federal requirements for transparency and efficiency in contract management.
    The document outlines the DD Form 1423-1, a Contract Data Requirements List (CDRL) used by the Department of Defense for specifying data items required from contractors. It provides guidelines for completing the form, detailing information such as contract line item numbers, data item titles, and submission dates. Key sections include data item descriptions, frequency of submissions, distribution specifications, and pricing groups associated with data preparation costs. The primary purpose of this form is to facilitate the collection and delivery of essential documentation to ensure contractual obligations are met, specifically for work completion certifications. Additionally, it includes definitions of different data groups (I-IV) based on their relevance to contractor performance and the costs associated with their development and delivery. This form is crucial for maintaining accountability and compliance in government contracting processes, enhancing oversight within federal, state, and local RFPs.
    The DD Form 1423-1 is a Contract Data Requirements List intended to standardize data submission requirements related to Department of Defense contracts. It outlines the necessary information regarding a specific data item, including its title, authorizations, submission formats, and requirements for inspections and approvals. The primary focus of this form is the Ship Trial Agenda, which details the contractor’s plan for conducting ship trials, listing all operations, tests, and inspections necessary to evaluate the ship's performance. The document specifies the format and content requirements for the Ship Trial Agenda, including details like cover page information, a table of contents, inspection methodologies, event descriptions, and personnel listings. It requires that the agenda be well-organized and bound properly, facilitating ease of use during the trials. This formalized approach aims to enhance coordination and compliance during trial operations, vital for ensuring effectiveness and safety in maritime operations. Overall, the form serves as an essential tool for managing data deliverables in military contracting, enhancing accountability and clarity in communication between contractors and the government.
    The document discussed is the DD Form 1423-1, which serves as a Contract Data Requirements List (CDRL) used by the federal government to outline the specific data items required from contractors. It establishes the framework for data submission regarding a contract, including details such as the contract line item number, data item title, authority, and distribution requirements. The form categorizes data items, allowing selections like technical data packages or technical manuals and includes instructions for completing the form, emphasizing details on submission frequency and formats. Additionally, it categorizes required data into four groups based on their relevance and additional work needed to meet governmental standards. The overarching purpose of this form is to standardize data delivery processes within government contracts, ensuring compliance with established guidelines while managing the reporting burden on contractors. By detailing submission requirements and expectations, the form supports efficient acquisition management and promotes clarity in contractor obligations.
    The DD Form 1423-1 outlines the Contract Data Requirements List for the Asbestos Containing Material (ACM) Report, specifically under Data Item Number DI-SAFT-82081. This document is part of the contractual obligations to ensure compliance with regulations regarding the handling and removal of ACM on ships. Key components include specifics on the format and content of the report, which must document notifications to regulatory authorities, details of each ACM removal job, including the ship's information, work item number, and specifics on areas affected by ACM. Additionally, the report must include results from air quality monitoring that certify ACM levels are within safe limits. The form details the obligations of the contractor regarding data submission intervals, distribution, and required approvals. Overall, this document aims to ensure that safety standards are met during ACM management on naval vessels, supporting broader initiatives for environmental and public health protection in government contracts.
    Attachment J-1 outlines a governmental initiative focused on federally funded RFPs and grants that aim to bolster community development and infrastructure projects across various sectors. The document emphasizes the significance of aligning proposals with federal priorities, ensuring compliance with regulations, and fostering inter-agency collaboration. Key areas of interest include economic development, public health improvements, environmental sustainability, and educational enhancements. It stresses the importance of detailed project proposals, including impact assessments, performance metrics, and budgetary transparency, to facilitate the review process. Additionally, the document highlights mechanisms for accountability and reporting, emphasizing transparency in the allocation of funds and the achievement of project goals. This framework aims to empower local and state entities in leveraging federal resources to meet community needs effectively while promoting widespread engagement and participation in the proposal process. Overall, Attachment J-1 serves as a comprehensive guide for stakeholders in navigating the complexities of federal funding opportunities.
    The document outlines the J-2 Contractor Price Breakdown, detailing labor and material costs for various contract line item numbers (CLINs) associated with federal RFPs and grants. It specifies rates for straight time, overtime, and premium time across multiple task identifiers (0001-4002), with consistent labor costs set at $225,000 for straight time and $25,000 for both overtime and premium time for various tasks, alongside $50,000 in additional costs for certain items. The total evaluated price sums up to $30 million, with a subtotal of $5 million designated for labor and $1 million for materials/other direct costs (ODC), alongside a consistent mark-up rate of 0%. The document serves as a comprehensive financial breakdown for contractors, presenting a structured outline of pricing associated with specific projects funded through federal and state RFPs. It emphasizes clarity and transparency in cost assessment to ensure proper alignment with budgetary expectations and government regulations during project execution, facilitating financial evaluations and decision-making processes essential for governmental oversight and contractor compliance. Overall, the file encapsulates key financial components critical for assessing contractor proposals and ensuring competitiveness and accountability within the context of public funding.
    The document N32205-22-R-0008 is a pre-proposal inquiry spreadsheet aimed at addressing questions raised by interested offerors regarding a federal government solicitation. It systematically lists multiple inquiries from prospective bidders alongside corresponding government responses. Each entry specifies various subjects, sections, and paragraph numbers relevant to the inquiries, but does not provide detailed contents of these questions or answers in the extracted file. The underlying purpose is to ensure that all interested parties have clarity on the RFP requirements and any ambiguities that may affect their proposals. This inquiry process is pivotal for maintaining transparency and fairness in the solicitation process, helping to facilitate competitive and informed bidding. By documenting interactions with potential offerors, the government fosters an environment where all bidders have equal access to information necessary for submitting compliant proposals and aligns with procurement regulations integral to federal grant and RFP processes.
    The J-4 Technical Non-Disclosure Agreement (NDA) outlines the conditions under which the Offeror is provided access to technical data and software related to the Guam GSR IDIQ Multiple Award Contract. The document emphasizes compliance with specific Department of Defense directives regarding the handling of controlled unclassified information. Key obligations for the Offeror include limiting access to data to authorized personnel, ensuring proper organizational controls, and not disseminating the data outside those representatives without written authorization. The Offeror must identify subcontractors who will also adhere to similar NDA terms and is obliged to return or destroy the data upon completion of the contract. Additionally, the Offeror must support the government in recovering any unauthorized releases of the data. This NDA serves to protect sensitive government information while allowing for proposal preparation and contract performance, reflective of strict security protocols necessary for federal engagements.
    The J-5 Disclosure of Lobbying Activities form is a mandatory document required under 31 U.S.C. 1352 for entities involved in federal actions such as contracts, grants, and loans aimed at disclosing any lobbying activities related to these actions. The form captures essential information including the type and status of federal action, reporting entity details, the federal department or agency involved, award amounts, and details about the lobbying entity and services rendered. It distinguishes between initial filings and material changes to prior submissions. Key shared information includes the payment details to lobbyists, the type, form, and purpose of lobbying services, as well as the individuals contacted during the lobbying process. Additionally, failure to comply with filing requirements may result in significant civil penalties. This form's structured approach aims to promote transparency regarding lobbying efforts tied to federal funding opportunities, helping ensure accountability in federal award processes.
    The Military Sealift Command (MSC) is seeking feedback on a contractor’s past performance for an upcoming contract. A past performance questionnaire has been issued to assess several key areas: quality of product or service, timeliness of deliveries, business relations/customer satisfaction, key personnel and staffing, and cost controls (for cost contracts only). The document outlines the specific service or supply provided by the contractor and requests performance ratings categorized as Exceptional, Very Good, Satisfactory, Marginal, or Unsatisfactory, with further explanations for ratings at the extremes. Evaluators are also asked if they would rehire the contractor in the future. Definitions of the performance ratings provide context for assessment, highlighting the importance of corrective actions and meeting contractual requirements. This evaluation process is essential for MSC to inform their decisions on contract awards and ensure effective contractor selection in line with federal procurement standards.
    The J-7 Past Performance Data Sheet serves as a structured template for submitting essential performance history relevant to federal Requests for Proposals (RFPs). It requires detailed information about past contracts, including the names and contacts of references, contract specifics, payment history, and current contract status. The key sections necessitate clarification of contract descriptions, particularly their relevance to current requirements, and compliance with small business subcontracting plans as mandated by federal acquisition regulations. Offerors must demonstrate historical adherence to small business utilization requirements. This document is vital for evaluating an offeror's past performance and ensuring compliance with federal mandates, ultimately contributing to informed decision-making in awarding government contracts.
    The document outlines a Request for Proposal (RFP) for ship repair services under the Military Sealift Command (MSC), detailing contractual obligations for prospective contractors. The contract is a firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, spanning one base year with four additional option years, allowing for flexibility in addressing government needs. Key requirements include providing a broad range of ship repair services such as welding, electrical work, and maintenance on various naval vessels, ensuring compliance with environmental and safety regulations. Specific tasks outline necessary employee qualifications, work hours, and contractor responsibilities, including maintaining high workmanship standards and safety protocols. The document specifies the procurement of materials, subcontracting guidelines, and the evaluation process for delivery orders. Performance assessments will be documented through the Contractor Performance Assessment Reporting System (CPARS), ensuring oversight of contractor compliance. The importance of timely communication and precise reporting procedures underlines the contractual structure, emphasizing government accountability and contractor responsiveness to emergent requirements.
    Similar Opportunities
    Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dry-dock repair services for the USCG Station Apra Harbor (45762) RB-M, located in Santa Rita, Guam. The procurement aims to identify sources capable of fulfilling the agency's requirements for a firm-fixed-price contract with an anticipated performance period of 91 calendar days in FY26. This opportunity is critical for maintaining the operational readiness of the vessel, which has geographical restrictions limiting transit to within 320 nautical miles of its station, although contractors outside this range may still be considered with additional cost factors. Interested parties must submit their qualifications, including company details and past performance, by December 19, 2025, to Regina Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil.
    Source Sought for Guam Tugs Support
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information from qualified vendors for the provision of two U.S. flag tractor tugs to support harbor operations and ship handling services at Naval Base Guam. The procurement includes a base period from March 1, 2027, to February 29, 2028, with four additional option periods extending through January 31, 2032, and encompasses services such as towing, pilot transfers, emergency support, and line handling, with tugs required to be available 24/7 and meet specific operational criteria. This opportunity is critical for ensuring effective maritime operations in the region, and interested parties must submit their company details, business size, financial capability, estimated daily rates, fuel consumption, and tug specifications by December 9, 2025. For further inquiries, vendors can contact Ashley M. Smith-Sallinger at ashley.m.smith357.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil.
    USS ROBERT SMALLS (CG 62) FY26 6A1 BUNDLE 1
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS ROBERT SMALLS (CG 62) under the FY26 6A1 Bundle 1 contract. The procurement involves a firm fixed-price job order for various maintenance tasks, including the repair of the ship's sewage system and scaffolding installation, with a performance period from January 26, 2026, to March 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. This contract is critical for ensuring the operational readiness of naval vessels and requires offerors to possess an active Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for award. Interested contractors must submit their proposals by December 9, 2025, and can access detailed work specifications through a secure U.S. Government repository by requesting access via email. For further inquiries, contact Shouko Sekido at shouko.sekido.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    USNS GUADALUPE FY26 Mid-Term Availability
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability, which involves shipbuilding and repair services. The procurement aims to ensure the operational readiness and maintenance of the USNS GUADALUPE, a vital asset in the Navy's fleet, by addressing necessary repairs and upgrades. Interested contractors should note that the solicitation falls under the NAICS code 336611 for Ship Building and Repairing and the PSC code J999 for Non-Nuclear Ship Repair (West). For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.
    USS ROBERT SMALLS (CG 62) REPLACE NONSKID SYSTEM
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is seeking qualified contractors to replace the nonskid system on the USS ROBERT SMALLS (CG 62) as part of a firm-fixed-price job order. Contractors must possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy and be authorized to operate in Japan, with the work scheduled to take place from February 20 to March 20, 2026. This project is critical for maintaining the operational readiness and safety of naval vessels, ensuring compliance with NAVSEA and SRF-JRMC standards. Interested parties must submit their proposals by December 9, 2025, and can request access to the work specification package by contacting the designated contract specialists, Shouko Sekido and Neil Flint, via email.
    USS WICHITA (LCS 13) FY26 DSRA AND USS THOMAS HUDNER (DDG 116) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS WICHITA (LCS 13) and USS THOMAS HUDNER (DDG 116). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair on these naval vessels, with the contracts expected to be awarded as two separate Firm-Fixed-Price agreements. The solicitation is open to qualified offerors on the East Coast, with a focus on ensuring adequate competition, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. Proposals are due by December 5, 2025, and inquiries can be directed to Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Paul Kang at paul.k.kang.civ@us.navy.mil.
    USS SHOUP (DDG-86) FY26 6J2 CNO SIA BUNDLE #3, Chief of Naval Operation Availability Yokosuka Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS SHOUP (DDG-86) during its FY26 6J2 CNO SIA Bundle 3 availability at Yokosuka Naval Base, Japan. The procurement requires firms to possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and to be authorized to operate in Japan, as the work involves critical ship repair and alteration tasks essential for maintaining naval readiness. The contract is structured as a firm-fixed-price job order, with a performance period from March 9, 2026, to May 4, 2026, and proposals must be submitted by December 8, 2025, at 10:00 AM JST. Interested parties should contact Kazuo Takamura at kazuo.takamura.ln@us.navy.mil for further details and access to the work specifications.
    52000QR260001351 USCGC WILLIAM HART HULL INSPECTION AND ZINC REPLACMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform a hull inspection and zinc replacement for the USCGC William Hart, located in Honolulu, Hawaii. The contractor will be responsible for conducting a thorough inspection and cleaning of the vessel's underwater body, including hull plating, coating systems, transducers, and drive systems, as well as renewing zinc anodes. This procurement is critical for maintaining the operational integrity and safety of the vessel, ensuring compliance with safety regulations and standards. Interested small business vendors must submit their proposals, including a detailed cost breakdown and relevant documentation, by December 10, 2025, with the work scheduled to take place between December 1 and December 19, 2025. For further inquiries, vendors can contact Timothy Ford or Joshua Miller via their provided email addresses.
    USS EMORY S. LAND ROH/DD FY26
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USS EMORY S. LAND ROH/DD FY26, which involves repair and maintenance services for the vessel. This procurement is focused on non-nuclear ship repair, aligning with the NAICS code 336611, and aims to ensure the operational readiness and longevity of the ship through comprehensive repair services. The successful contractor will play a crucial role in maintaining the Navy's fleet capabilities, which are vital for national defense. Interested parties should reach out to Colin Edick at colin.j.edick.civ@us.navy.mil or call 564-226-1232 for further details regarding the solicitation process.
    LCU-1651 DSRA 6B1 44pkg (svc)
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and alteration of the LCU-1651 vessel, with a focus on a comprehensive scope of work involving forty-four Industrial Control Numbers (ICNs) and anticipated growth work. The procurement aims to address critical maintenance needs, including structural repairs, preservation tasks, and upgrades essential for the operational readiness of the vessel, which plays a vital role in naval operations. Interested contractors must possess a current Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) with the U.S. Navy, with the contract expected to be awarded by January 30, 2026. For further inquiries, contractors can contact Hiromi Kurita at hiromi.kurita.ln@us.navy.mil or Jason M. Rankin at jason.m.rankin6.civ@us.navy.mil.