USNS PREVAIL (TSV-1) DPMA- Synopsis
ID: N50054-24-PREVAIL2Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMID ATLANTIC REG MAINT CTRNORFOLK, VA, 23511-2124, USA

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)

Set Aside

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

    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.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    James River Reserve Fleet_Drydocking PF-204 patrol boat
    Active
    Transportation, Department Of
    The Department of Transportation's Maritime Administration (MARAD) is seeking qualified small businesses to provide dry docking services for the PF-204 Patrol Boat. The contractor will be responsible for all labor and materials necessary to perform the dry docking, which includes a range of tasks such as structural repairs, ultrasonic testing, and safety inspections, all to be completed within a 45-day period following the vessel's delivery to the contractor's facility in the Hampton Roads area of Virginia. This initiative is crucial for maintaining the operational readiness of the MARAD fleet and ensuring compliance with federal and local regulations. Interested vendors must submit their technical proposals and firm-fixed price quotes by September 11, 2024, and can contact Mr. Cory Lynch at cory.lynch@dot.gov or Mr. Robert McDermott at robert.mcdermott@dot.gov for further information.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    USNS PATUXENT FY25 ROH
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the regular overhaul and dry docking of the USNS PATUXENT (T-AO 201), with the contract anticipated to take place from April 21, 2025, to August 29, 2025. The work will be performed at the contractor's facility located on the East or Gulf Coast, and the solicitation is set aside for small businesses, reflecting the agency's expectation of receiving multiple proposals from qualified sources. Interested parties must submit a proposal in response to the forthcoming solicitation, which will be available around September 21, 2024, and are required to complete a Non-Disclosure Agreement to access technical data related to the project. For further inquiries, potential bidders can contact Robert Vance at robert.w.vance27.civ@us.navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil.
    USNS LEWIS & CLARK FY25 ROH/DD
    Active
    Dept Of Defense
    The US Department of Defense, specifically the Department of the Navy, is preparing for the regular overhaul and dry-docking of the USNS LEWIS & CLARK (T-AKE 1). The work is expected to take place from February to May 2025 at the contractor's facility located on the East or Gulf Coast. The scope of work involves completing the maintenance and repairs as outlined in the solicitation and work item package. Prepare for and execute the availability of the vessel following the provided specifications. The government will share sensitive technical data and software related to the ship, which vendors must agree to use exclusively for proposal preparation and, if awarded the contract, for performance. Access to this information is controlled under DoDI 5230.24 and DoD-M 5200.01-V4 guidelines. Vendors interested in this total small business set-aside opportunity must return a signed non-disclosure agreement before accessing the work item package and government-furnished information. This is to ensure the protection of critical military information. The government anticipates receiving proposals from multiple small businesses. Eligible vendors will need to demonstrate the capability and expertise in ship maintenance and repair, with particular experience in the required specialized work. The contract is expected to be awarded based on the lowest price and technically acceptable offer. The solicitation will be released around August 13, 2024, through the Procurement Integrated Enterprise Environment Solicitation Module. Vendors will have until September 12, 2024, to submit their proposals. For clarification or questions, vendors can contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or 757-341-6232. Additionally, Edward Ruhling can be reached at edward.v.ruhling.civ@us.navy.mil or 757-443-0733.
    USNS JOHN LENTHALL (T-AO 189) REGULAR OVERHAUL AVAILABILITY (ROH) SYNOPSIS
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is seeking proposals for the regular overhaul and dry docking of the USNS JOHN LENTHALL (T-AO 189) as part of a federal contract opportunity. The work will be performed at the contractor's facility, with the anticipated period of performance spanning from March 23, 2025, to September 19, 2025, and is designated as a Total Small Business Set-Aside under NAICS code 336611, which pertains to Ship Building and Repairing. Interested parties must submit proposals in response to the forthcoming solicitation, expected to be released on or about September 20, 2024, and are required to complete a Non-Disclosure Agreement to access technical data related to the project. For further inquiries, potential bidders can contact Nancy Bowers at nancy.l.bowers6.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil.
    J--Boat Preventative Maintenance and Repair
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    James River Reserve Fleet_Drydocking TD 207 PUSH BOAT
    Active
    Transportation, Department Of
    The Department of Transportation's Maritime Administration (MARAD) is seeking qualified small businesses to provide dry docking services for the TD-207 Push Boat, a vessel owned by the United States. The contractor will be responsible for all labor and materials necessary to perform the dry docking as outlined in the Statement of Work, with the project expected to commence within 60 days following the delivery of the vessel to the contractor's facility in the Hampton Roads area of Virginia. This procurement is critical for maintaining the operational readiness of maritime assets and supports the federal government's commitment to engaging small businesses in the maritime industry. Proposals are due by September 16, 2024, and interested parties should contact Mr. Cory Lynch at cory.lynch@dot.gov or Mr. Robert McDermott at robert.mcdermott@dot.gov for further information.
    FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to solicit proposals for the FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA), which is expected to span approximately 17 months from July 2025 to December 2026. The procurement aims to ensure that the USS HARPERS FERRY is mission-ready and maintains a satisfactory condition of readiness following the Chief of Naval Operations (CNO) Availability, which encompasses all necessary labor, supervision, production, testing, and quality assurance for ship maintenance, repair, and modernization. This contract will be issued as a Firm-Fixed Price solicitation, anticipated to be released around September 16, 2024, and interested contractors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, interested parties can contact Kevin Becker at kevin.r.becker2.civ@us.navy.mil or Brian Han at brian.s.han3.civ@us.navy.mil.
    USNS MEDGAR EVERS (T-AKE 13) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk office, is seeking proposals for the lay berth and regular overhaul of the USNS MEDGAR EVERS (T-AKE 13). The project involves preparing for and executing the lay berth and regular overhaul as specified in the solicitation, with performance periods anticipated from February 2025 through December 2025. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering small business participation in federal procurement. Interested parties can access the solicitation, expected to be released on or about September 18, 2024, by contacting Damian Finke at damian.w.finke.civ@us.navy.mil or Grant Sivertson at grant.t.sivertson.civ@us.navy.mil, and must comply with a Non-Disclosure Agreement regarding technical data provided by the government.