Sources Sought for Barge Repair in Groton CT
ID: N39040-SS-A017925Type: Sources Sought
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

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

    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking qualified small businesses to perform on-site repairs and upgrades to the YFNB-41 barge located at the Naval Submarine Base in Groton, Connecticut. The project includes modernization of the flooding and fire alarm systems, replacement of drinking fountains, cleaning and preservation of sewage tanks, and modifications to the HVAC system, all of which must adhere to strict safety protocols and NAVSEA standards. This opportunity is critical for maintaining operational readiness and safety of naval assets, with a performance period that begins upon contract award and concludes by June 30, 2025. Interested vendors must submit their responses, including company capabilities and contact information, to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil by January 24, 2025, with the solicitation expected to be posted on February 19, 2025.

    Files
    Title
    Posted
    The Portsmouth Naval Shipyard requires on-site repairs for the YFNB-41 barge, located at the Naval Submarine Base in New London, CT. The contractor must provide licensed, experienced technicians to conduct repairs and upgrades on various systems and safety equipment, ensuring approved parts and labor proposals are submitted for unplanned repairs. Required documentation includes detailed work reports and system testing results. Key areas of work include modernizing the flooding and fire alarm systems, replacing drinking fountains, cleaning and preserving sewage tanks, and HVAC system modifications. The contract emphasizes safety protocols, requiring personnel to follow OSHA standards and utilize proper personal protective equipment. The performance period begins upon contract award and must conclude by June 30, 2025. Security measures are strict, mandating U.S. citizenship for all contractor employees, who must undergo a vetting process for site access. The document underscores adherence to specific NAVSEA standards, outlining the deliverables and quality assurance measures to be monitored by designated Government representatives throughout the project.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    B564 Permanent Generator Installation, Naval Submarine Base New London
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the installation of a permanent diesel generator at Building 564, Naval Submarine Base New London in Groton, Connecticut. The project aims to enhance the facility's emergency power capabilities by replacing the existing manual transfer switch with an automatic transfer switch and installing a new generator rated at 400 kW, while ensuring compliance with environmental regulations, particularly concerning PFAS-contaminated soil management. This initiative is critical for maintaining operational readiness and energy reliability at military installations. Interested contractors, specifically those pre-approved, must submit their bids by the specified deadline, and for further inquiries, they can contact Kristin Zambarano at kristin.l.zambarano.civ@us.navy.mil or call 860-694-5625.
    Concrete repairs to dry dock 2 and dry dock 3
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for concrete repairs to Dry Dock 2 and Dry Dock 3 at the Portsmouth Naval Shipyard in Kittery, Maine. The project, valued at over $10 million, is set aside for small businesses under the NAICS code 237990, focusing on the repair and alteration of ship construction and repair facilities. This initiative is crucial for maintaining the operational integrity of naval facilities, ensuring they meet safety and functionality standards. Interested contractors must submit their bids by August 22, 2025, and are encouraged to attend a site visit scheduled for August 5, 2025. For further inquiries, potential bidders can contact Jonathan Erickson at jonathan.p.erickson3.civ@us.navy.mil or by phone at 207-438-4608.
    Fire Watch/Tank Watch Touch Labor Support
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking proposals from qualified small businesses for a Firm Fixed Price contract to provide Fire Watch/Tank Watch Touch Labor Support. The contract aims to ensure safety and compliance during operations at the shipyard, requiring contractors to manage personnel, maintain safety training, and adhere to federal regulations. This procurement is critical for maintaining operational integrity and safety standards within the shipyard environment. Interested vendors must submit their proposals by July 22, 2025, at 9:00 AM EST, and can direct inquiries to Melissa White at melissa.e.white13.civ@us.navy.mil or Alicia Almberg at alicia.l.almberg.civ@us.navy.mil.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
    USNS ROBERT E. SIMANEK LAY BERTH AND SHIP REPAIR
    Buyer not available
    The Department of Defense, through the Military Sealift Command in Norfolk, is seeking sources for lay berth and ship repair services for the USNS ROBERT E. SIMANEK (ESB 7), with a mid-term availability scheduled from April 1, 2026, to October 31, 2026. The procurement requires contractors to demonstrate their capabilities in providing preventive maintenance, repairs, and support services, adhering to strict quality control and safety guidelines. This opportunity is crucial for maintaining naval readiness and ensuring the operational efficiency of the vessel, which is significant for maritime operations. Interested firms must submit a capabilities package by 4:30 p.m. EDT on July 16, 2025, to the primary contact, Damian Finke, at damian.w.finke.civ@us.navy.mil, to express their interest in this sources sought notice.
    Ship Separators
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Portsmouth), is seeking proposals from qualified small businesses for the fabrication and delivery of two composite floating barge separators. These separators, designed for use at the Portsmouth Naval Shipyard in Kittery, Maine, must be constructed from marine-grade composite materials that resist saltwater corrosion and UV degradation, with specific dimensions of approximately 30ft long, 8ft wide, and 6ft deep. This procurement is critical for enhancing maritime infrastructure and ensuring operational efficiency, with a focus on compliance with safety and design standards. Interested parties must submit their proposals by July 28, 2025, and are required to provide an approved form DD2345 and a completed security form to access detailed specifications and drawings. For further inquiries, contact Gary Chandler at gary.1.chandler@dla.mil or the DLA-KME email box at DLA-KME-QUOTATIONS@DLA.MIL.
    USNS LEROY GRUMMAN (T-AO 195) FY26 MTA
    Buyer not available
    The Department of Defense, through the Department of the Navy, is seeking proposals for the Midterm Availability (MTA) of the USNS LEROY GRUMMAN (T-AO 195), with a performance period anticipated from February 1, 2026, to April 17, 2026. The contract will involve shipbuilding and repair services, specifically focusing on the preparation and execution of the MTA as outlined in the solicitation and associated work item package. This opportunity is significant for maintaining the operational readiness of naval vessels and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller entities. Interested parties should prepare to submit proposals by accessing the solicitation, which will be available around July 18, 2025, and must complete a Non-Disclosure Agreement to obtain technical data necessary for proposal preparation. For further inquiries, contact Austin Amory at austin.m.amory.civ@us.navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil.
    Solicitation N6264925RA045 YT-807 Harbor Tug Boat FY25 Overhaul
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the overhaul of the YT-807 Harbor Tug Boat, with a performance period from September 1, 2025, to March 20, 2026. This procurement involves comprehensive repair and maintenance services to ensure the vessel's operational integrity, adhering to strict marine industry standards and environmental regulations. The selected contractor will be responsible for various tasks, including hull repairs and machinery system overhauls, while maintaining compliance with safety and quality assurance protocols. Proposals are due by July 23, 2025, and interested parties must request access to the detailed work specifications by July 16, 2025, via email to Kazuo Takamura at kazuo.takamura.ln@us.navy.mil.
    Integrated Lifecycle Sustainment and Depot-Level Repair
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Port Hueneme Division, is soliciting proposals for Integrated Lifecycle Sustainment and Depot-Level Repair services. The objective of this procurement is to ensure that naval equipment remains operationally efficient throughout its lifecycle, encompassing maintenance, upgrades, and comprehensive repairs to optimize performance and reliability. This initiative is critical for sustaining military readiness and enhancing the longevity of naval assets, with a focus on cost-effectiveness and adherence to stringent quality and security standards. Interested small businesses must submit their proposals via the DoD SAFE platform by the specified deadline, with all inquiries directed to Brian Mundy at brian.c.mundy6.civ@us.navy.mil, and Brady Smith cc'd at brady.d.smith10.civ@us.navy.mil. The contract will require a Secret-level Facility Security Clearance, and all questions must be submitted no later than July 9th.