Mizzen Top Mast Fabrication
ID: N0018924R0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

PSC

LUMBER AND RELATED BASIC WOOD MATERIALS (5510)

Set Aside

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

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors for the HAB Laundry and Galley Repairs IDIQ Contract, which will provide technical support for the maintenance, overhaul, repair, or replacement of galley and laundry equipment on U.S. Navy Aircraft Carriers and Surface Ships. Contractors will be responsible for supplying parts and personnel to perform necessary repairs and installations, with work primarily conducted on board naval vessels located in Norfolk, Virginia. This contract is set aside for small businesses under NAICS code 336611, with a total performance period anticipated from January 28, 2025, to January 27, 2030. Interested parties should prepare for the solicitation, expected to be available around November 1, 2024, and direct any inquiries to Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or by phone at 757-443-1219.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Industrial Washers and Dryers with Warranty
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide three industrial electric washers and three industrial electric dryers, complete with warranty and installation services, for Unaccompanied Housing at Naval Air Station Meridian, Mississippi. The procurement aims to replace existing laundry equipment that will be relocated due to the demolition of a building, ensuring that adequate living conditions are maintained for service personnel. The project requires compliance with specific operational features, delivery during business hours, and adherence to security protocols for contractor personnel. Interested parties must submit their qualifications by October 22, 2024, and the Request for Quotation (RFQ) is expected to be issued around October 29, 2024. For further inquiries, contact Quentin Keaton at quentin.l.keaton.civ@us.navy.mil.
    FY25 LENTHALL ROH
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY25 USNS LENTHALL Repair and Overhaul (ROH) project. This procurement is set aside for small businesses and involves non-nuclear ship repair services, as indicated by the NAICS code 336611 and PSC code J998. The project is critical for maintaining the operational readiness of naval vessels, ensuring they meet safety and performance standards. Interested parties should reach out to Nancy Bowers at nancy.bowers2@navy.mil or 804-479-4570, or Christopher Ward at christopher.s.ward1.civ@us.navy.mil or 757-443-5877 for further details regarding the solicitation.
    Facility Investment for Regional Maintenance of Grease Trap Services
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for Facility Investment for Regional Maintenance of Grease Trap Services across multiple naval installations in Virginia, including Naval Station Norfolk and Naval Air Station Oceana. The procurement aims to establish a contract for both recurring and non-recurring grease trap maintenance services, structured as a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity agreement, specifically set aside for small businesses under NAICS code 562998. This initiative is crucial for ensuring compliance with safety and environmental regulations while maintaining operational readiness at military facilities. Proposals are due by November 12, 2024, and interested parties can contact Asia Bracey at asia.c.bracey.civ@us.navy.mil or LeeArjetta Hamilton at leearjetta.w.hamilton.civ@us.navy.mil for further information.
    EPF Layberth Multiple Award Contract - Indefinite Delivery Indefinite Quantity
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC Norfolk), is seeking qualified small businesses for the EPF Layberth Multiple Award Contract, an Indefinite Delivery Indefinite Quantity (IDIQ) procurement focused on providing lay-berthing services for Expeditionary Fast Transport (EPF) vessels. Contractors will be required to offer secure berthing facilities capable of supporting at least two EPF vessels, along with necessary maintenance capabilities, to ensure operational readiness. This contract is significant for maintaining the fleet's operational capabilities and is set to commence on December 1, 2024, with an estimated award date of January 15, 2025, lasting for a duration of five years. Interested parties can expect the solicitation to be available on SAM.gov around October 31, 2024, and should direct inquiries to Jamiel Blizzard at jamiel.n.blizzard.civ@us.navy.mil or Alvinia R. Jenkins at alvinia.r.jenkins.civ@us.navy.mil.
    MHE and SMSE Maintenance Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking MHE and SMSE Maintenance Services in Norfolk, VA. The services include lubrication, maintenance, repair, overhaul actions, and transportation movement on Shipboard and Shore-based Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). MHE refers to self-propelled equipment used in storage and handling operations, while SMSE includes container handlers, mobile shipboard cargo cranes, and other equipment. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. The RFP will be available for download on beta.SAM.gov on or around 1 March 2021. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Heather Coleman at HEATHER.COLEMAN@NAVY.MIL.
    USNS LEWIS AND CLARK LAY BERTH AND SHIP REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is soliciting proposals for the USNS Lewis and Clark lay berth and ship repair project. The contractor will be responsible for providing facilities, services, labor, and materials necessary for the vessel's long-term maintenance, including preventive maintenance, industrial assistance, planning, and material procurement. This procurement is crucial for ensuring the operational readiness and maintenance of naval vessels, with the work to be conducted at locations on the US East, Gulf, or West Coast. Interested small businesses are encouraged to reach out to primary contact Damian Finke at damian.w.finke.civ@us.navy.mil or 564-226-1277, or secondary contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or 757-341-6232 for further details.
    USS HERSHEL WOODY WILLIAMS (ESB 4) LAY BERTH AND SHIP REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is seeking contractors for the USS Hershel Woody Williams (ESB 4) lay berth and ship repair project. The contractor will be responsible for providing facilities, services, labor, and materials necessary for the vessel's long-term maintenance, including preventive maintenance, planning, material procurement, and execution of repair activities. This procurement is critical for maintaining the operational readiness and national security of the vessel, which will be stationed on the US East, Gulf, or West Coast. Interested parties can contact Damian Finke at damian.w.finke.civ@us.navy.mil or by phone at 757-443-0885 for further details.
    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.
    S--Linen Cleaning Services
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, for linen cleaning services. The contractor will be responsible for providing linen services required by Naval Health Clinic Cherry Point in Cherry Point, NC. This is a 100% small business set aside. The contract will be for a twelve-month base year starting on November 17, 2015, with four twelve-month option years. The solicitation and subsequent amendments will only be available for download on the NECO website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the primary point of contact listed in the synopsis.
    AN/SLQ-32(V)6 ANTENNA SHELTER REFURBISHMENTS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses for the refurbishment of AN/SLQ-32(V)6 antenna shelter structures. This procurement involves mechanical refurbishment, including disassembly, abrasive blasting, coating, reassembly, and production of aluminum components, with a tiered approach to pricing and varying levels of refurbishment. The contract is anticipated to be a five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) with a minimum of one and a maximum of 125 shelter sets to be delivered within 6 to 12 months after award. Interested parties should contact Clayton Raber at clayton.l.raber.civ@us.navy.mil or 812-381-3553, with the solicitation expected to be issued on November 18, 2024, and closing on December 17, 2024, at 4:00 PM EDT.