San Tank Sanitization and Cleaning- Full and Open
ID: N3904024Q2761Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

SEWAGE TREATMENT EQUIPMENT (4630)
Timeline
    Description

    The Portsmouth Naval Shipyard, located in Kittery, Maine, seeks bids for two distinct contracts.

    The first is for the cleaning and sanitization of sanitary tanks aboard a submarine in dry dock. This project, expected to last around three months, requires the successful bidder to use approved cleaning methods and provide all necessary equipment, except for fresh water, compressed air, and electrical power, which will be supplied by the Navy. Access to the tanks is via oval manholes, and the contractor must adhere to strict ventilation and safety regulations. The Navy will award the contract based on the lowest price and technical acceptability, with particular attention to the proposed work schedule. Quotes are due by July 15th, 2024.

    The second contract opportunity is for operations security (OPSEC) services during the above contract work. The focus is on safeguarding sensitive and critical naval information, including Controlled Unclassified Information (CUI). The successful OPSEC contractor will implement security protocols, including those related to portable electronic devices and verbal discussions, to prevent the inadvertent disclosure of Critical Information and Indicators (CII). The Navy seeks to mitigate security risks and maintain the confidentiality of its operations, schedules, and sensitive equipment details. Vendors interested in this contract must submit proposals highlighting their OPSEC capabilities and experience by the specified deadline.

    Both contracts emphasize the need for timely initiation and adherence to strict requirements outlined in the respective Statements of Work.

    For further information and to submit quotes or proposals, interested vendors can contact Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or by phone at 207-438-1358.

    Point(s) of Contact
    Files
    Title
    Posted
    The procurement objective of this RFP is to obtain labor services in accordance with the Service Contract Act. The Act requires contractors to adhere to specified minimum wages and fringe benefits for workers engaged in service contracts with the federal government. The wage determination applies specifically to York County towns, including Eliot and Kittery. The document outlines minimum wage rates for various occupations, ranging from administrative support to transportation and protective services. These rates are mandated by Executive Orders and are subject to annual adjustments. Notably, some occupations may be entitled to higher minimum wages. The procurement seeks to ensure compliance with these regulations and the provision of required benefits, including health and welfare, vacation, holidays, and paid sick leave. Contractors must follow procedures for classifying and conforming unlisted occupations, ensuring appropriate wage rates and avoiding artificial manipulation of classifications. The process involves collaboration between the contractor, employees, and government agencies. Key dates are outlined for compliance and submission deadlines, with emphasis on prompt initiation. The document also specifies evaluation criteria, focusing on adherence to the Service Contract Act's requirements, including wage rates, benefits, and conformance procedures. Overall, this procurement aims to secure compliant labor services, guaranteeing fair wages and benefits for workers involved in service contracts.
    The Portsmouth Naval Shipyard seeks to procure operations security (OPSEC) services to protect sensitive and critical information during contract work. This RFP outlines requirements to safeguard unclassified and classified information, emphasizing the need for discretion and security protocols. The focus is on preventing the inadvertent disclosure of Critical Information and Indicators (CII), including Controlled Unclassified Information (CUI). Contractors will be responsible for implementing OPSEC plans, adhering to PNSY policies on portable electronic devices, and following procedures for handling CII. Countermeasures to protect CII include restricted verbal discussions, limited access badge usage, and information shredding. The requested services aim to mitigate security risks and maintain the confidentiality of naval operations, schedules, and sensitive equipment details. Interested vendors must submit proposals by the specified deadline, with evaluations focused on OPSEC capabilities and experience.
    The Portsmouth Naval Shipyard seeks bids for the cleaning and sanitization of sanitary tanks aboard a submarine in dry dock. The requirement is for approximately three months, commencing around November 15th, 2024. Tank cleaning is detailed in the Statement of Work, which outlines the use of approved cleaning processes, sanitization, and disinfection methods. Bidders must provide equipment and utilities, except for fresh water, compressed air, and electrical power, which will be supplied by the government. Access to the tanks is through oval manholes, and ventilation and safety requirements must be met. The work schedule must allow for potential delays and disruptions due to the submarine's operations and the dry dock environment. Vendors must submit a technical proposal demonstrating their ability to meet the requirements and a separate pricing proposal. The contract will likely be awarded based on lowest price and technical acceptability, with adherence to the requested schedule being a key evaluation criterion. Quotes are due by July 15th, 2024.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    Rental of Four (4) Conex Containers /w Two (2) Transported
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of four 20-foot Conex containers along with transportation services, under the RFQ number N3904024Q0208. The procurement aims to deliver two containers to Groton, CT, and two to Kittery, ME, with a performance period extending from October 28, 2024, to October 27, 2025, and includes options for two additional years through 2027. This initiative is crucial for supporting the Navy's operational needs while promoting small business participation in federal contracting. Interested vendors must submit their proposals via email by September 30, 2024, at 11:00 AM ET, and are required to be registered in the System for Award Management (SAM) while adhering to strict technical and security requirements outlined in the solicitation documents. For further inquiries, potential contractors can contact Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or by phone at 207-438-1358.
    Topside Diesel Rental- Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the rental of a topside diesel generator to support submarine docking operations. The rental period is set from February 10, 2025, to March 24, 2025, with an option for extension until April 8, 2025, and the procurement is designated as a total small business set-aside. This generator is crucial for ensuring operational efficiency during docking procedures, and vendors must comply with environmental regulations and provide detailed specifications in their proposals. Interested parties must submit their quotes by September 30, 2024, and can contact Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or call 207-438-1358 for further information.
    Cryogenic Fan Cleaning Services
    Active
    Dept Of Defense
    Cryogenic Fan Cleaning Services are being procured by the DEPT OF DEFENSE, specifically the DEPT OF THE NAVY at the PORTSMOUTH NAVAL SHIPYARD GF. This procurement falls under the Total Small Business Set-Aside category. The service is categorized under MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT with the PSC code J020. The service involves cryogenically cleaning the galley ventilation of the exhaust system from the galley to the fan room. The place of performance is at Portsmouth Naval Shipyard in Kittery, ME. The period of performance is from 12/05/2023 to 03/04/2024. The primary contact for this procurement is David Agea, who can be reached via email at david.a.agea.civ@us.navy.mil or by phone at 2074385593. Offers for this procurement should be emailed to David Agea and should include the completed RFQ and Contract Security Stipulation for U-NNPI - Enclosure 3 forms. The announcement for this procurement will close at 3:00 PM ET local time on 22 November 2023.
    FRT Boat Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard in Kittery, Maine, is seeking sources capable of providing maintenance services for Facility Response Team (FRT) boats as outlined in the attached Statement of Work (SOW). The contractor will be responsible for preventative maintenance and repair of six FRT vessels and associated trailers, requiring certified technicians, secure storage, and timely service responses, with written estimates mandated prior to commencing work. This maintenance is crucial for ensuring the operational readiness and safety compliance of the vessels, which play a vital role in naval operations. Interested parties must submit their responses, including company information and capabilities, in PDF format to Contract Specialist Steven Carlberg at steven.w.carlberg.civ@us.navy.mil by 2:00 PM EST on August 19, 2024, as this notice is for market research purposes only and does not constitute a solicitation.
    Rental of One 200' Aerial Work Platform
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a 200-foot Aerial Work Platform (AWP) to facilitate crane maintenance exceeding 135 feet. This procurement is essential for ensuring the operational readiness and safety of maintenance activities at the shipyard, which is critical for supporting naval operations. The contract is set aside for small businesses, with proposals due by September 12, 2024, at 11:59 PM EST, and the anticipated performance period is from October 15 to 17, 2024. Interested vendors must submit their quotes via email and ensure they are registered in the System for Award Management (SAM); for further inquiries, they can contact Chuck Chase at charles.e.chase23.civ@us.navy.mil or call 207-994-4612.
    Telehandler Rental
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a telehandler, as outlined in solicitation number N3904024Q0205. The rental period is scheduled from January 20, 2025, to January 29, 2026, with an option to extend until December 18, 2026, and the procurement is set aside for small businesses under NAICS code 532490, which pertains to other commercial and industrial machinery rental and leasing. This telehandler, with a minimum lifting capacity of 12,000 pounds, is essential for maintaining operational capabilities at the shipyard, and bidders must adhere to specific safety and operational requirements while providing evidence of compliance. Interested vendors must submit their proposals, including technical documentation, via email by October 1, 2024, and can direct inquiries to Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or by phone at 207-438-1358.
    USS KIDD Hull Preservation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the USS KIDD Hull Preservation project, which involves the provision of paint coatings and related products to support the U.S. Navy fleet. The primary objective is to ensure timely delivery of these materials to shipyards in Seattle and Everett, Washington, adhering to federal specifications and quality standards for naval coatings. This procurement is critical for maintaining the integrity and longevity of naval vessels, emphasizing the importance of reliable logistical support and efficient supply chain management. Interested contractors must submit their proposals, including pricing and past performance information, by September 23, 2024, and can direct inquiries to Kacey Church at kacey.church@navy.mil or Denise Manor at denise.manor@navy.mil for further details.
    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.