Dry Dock Suction Chamber Cleaning
ID: N32253-25-900F-0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPEARL HARBOR NAVAL SHIPYARD IMFPEARL HARBOR, HI, 96860-5033, USA

NAICS

Other Nonhazardous Waste Treatment and Disposal (562219)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT (F103)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is seeking qualified contractors for a project involving the cleaning of a Dry Dock Suction Chamber. The primary objective is to remove, test, and properly dispose of approximately 1,500 cubic feet of accumulated silt, marine growth, and debris, ensuring compliance with environmental regulations throughout the process. This project is critical for maintaining water quality and operational efficiency at the facility, reflecting the Navy's commitment to environmental stewardship. Interested parties must submit their capability statements by 07:00 AM HST on April 14, 2024, and can direct inquiries to Reid Saito at reid.y.saito.civ@us.navy.mil or Evangeline Calaustro at evangeline.b.calaustro.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 5:09 PM UTC
The document outlines safety and health work practices for contractors at the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF). It establishes the purpose of ensuring worker safety during maintenance activities, emphasizing adherence to OSHA standards, NAVSEA Standard Items, and local regulations. Key elements include management leadership, work site analysis, hazard prevention, and employee involvement in safety training. Contractors are responsible for complying with safety protocols, submitting safety plans, and coordinating with PHNSY&IMF regarding safety measures. The document details specific requirements for managing hazardous materials, conducting hot work, and ensuring cleanliness in work areas. Additionally, it highlights the need for immediate reporting of injuries and compliance with fire safety regulations. Overall, this document aims to create a safe working environment and uphold Navy safety standards during industrial operations, reflecting the Navy's commitment to minimizing risks within the shipyard.
Apr 9, 2025, 5:09 PM UTC
The "Environmental Protection Guidelines for Contractors on Facilities Projects at Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility" outlines essential environmental compliance requirements for contractors. It emphasizes adherence to federal, state, and local regulations, including specific permits and guidelines necessary to protect air, land, and water during construction activities. Key responsibilities include appointing a qualified Environmental Manager (EM) to oversee compliance, conducting daily inspections, and submitting environmental protection plans within specified timelines. Contractors must manage hazardous materials, ensure proper waste disposal, and prevent unauthorized discharges into storm and dry dock drains. Additionally, stringent protocols for spill prevention and reporting, as well as guidelines for construction and demolition, are outlined to mitigate environmental impacts. The document also stresses collaboration with the PHNSY&IMF Environment Division for regulatory inspections and compliance monitoring. Overall, the guidelines serve to promote environmental stewardship and ensure safety within the facilities' operations, reflecting the Navy's commitment to sustainability in its mission.
Apr 9, 2025, 5:09 PM UTC
NAVFAC P-307 outlines the management, maintenance, inspection, and certification requirements for weight handling equipment (WHE) under the jurisdiction of the Navy and Naval Facilities Engineering Systems Command. It applies to Navy shore activities, the Naval Construction Force, and joint base operations while detailing exceptions for specific wartime tasks. The document emphasizes safety and compliance with OSHA standards, mandating training and qualification for personnel involved with maintenance and operation of WHE. Key sections address program management, self-assessment responsibilities, equipment histories, and personnel competencies. It categorizes equipment types and specifies procedures for maintenance and inspections. Moreover, it outlines requirements for contractor-operated WHE and promotes a comprehensive inventory management policy. The document serves as a guide to enhance safety standards and operational efficiency in WHE, crucial for governmental and military agencies managing various projects involving lifting and rigging equipment. This publication fosters adherence to best practices sector-wide, supporting the performance of critical tasks while ensuring safety and reliability in weight handling operations.
Apr 9, 2025, 5:09 PM UTC
The document outlines security requirements for contractors accessing the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) controlled areas, including the Controlled Industrial Area (CIA) and other sensitive zones. Access is limited to U.S. citizens, with specific credentials necessary for varying levels of classified information. The process requires submitting specific visit requests and gaining approval from relevant authorities, adhering to strict timelines. Contractor personnel must display proper identification at all times, attend mandatory security training, and follow outlined protocols for vehicle access, including obtaining appropriate passes for transportation of tools and materials. The document emphasizes that all contractor-owned equipment must be secured and that any loss reported immediately. It prohibits photography and outlines conditions for using portable electronic devices. These detailed guidelines ensure the protection of sensitive information and compliance with security protocols vital for national security and operational integrity at PHNSY&IMF.
Apr 9, 2025, 5:09 PM UTC
The document outlines Operations Security (OPSEC) contract requirements for the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF). OPSEC aims to protect sensitive, critical information (CI) from unauthorized disclosure by identifying, monitoring, and managing contractor actions during the contract period. Contractors must develop an OPSEC Plan, detailing how they will safeguard both classified and unclassified information, ensuring compliance with government policies. The document stresses the importance of protecting CI by avoiding inadvertent disclosures, with specific guidelines against the dissemination of sensitive information through public channels or personal electronic devices. Contractors are prohibited from discussing operational details or sharing information that may compromise security. Security measures include handling of personal electronic devices, reporting unauthorized disclosures, and securely disposing of sensitive information. The emphasis on compliance showcases the government's intent to maintain a secure operational environment while engaging contractors for their services.
Apr 9, 2025, 5:09 PM UTC
The Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is seeking a contractor for sediment removal from its Dry Dock Suction Chamber, which has accumulated approximately 1,500 cubic feet of silt, marine growth, and debris. The contractor is responsible for providing all necessary labor, equipment, and materials to effectively remove and dispose of the sediment in compliance with environmental regulations. The project involves dewatering the sediment, testing for hazardous materials, and ensuring no waste enters local waterways during the operation. An Environmental Protection Plan (EPP) must be submitted by the contractor with specific measures for safety and environmental compliance. Coordination with ongoing Dry Dock operations and adherence to various safety and security protocols is essential. The performance includes several phases: mobilization, removal, testing, and clean-up. The contractor must demonstrate documented experience, possess current permits, and ensure proper staff qualifications while following strict guidelines set by PHNSY & IMF. Regular progress meetings and compliance checks will be conducted to ensure quality and adherence to contract specifications.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Newport Bay Harbor Maintenance Dredging
Buyer not available
The Department of Defense, through the Department of the Army, is seeking contractors for the Newport Bay Harbor Maintenance Dredging project, which involves the maintenance dredging of federal navigation channels in Newport Bay Harbor, California. The project requires the removal of approximately 700,000 cubic yards of material suitable for ocean disposal and 160,000 cubic yards of material unsuitable for ocean disposal, with specific placement locations outlined for each type. This procurement is significant for maintaining navigational safety and environmental compliance, with a contract value estimated between $10 million and $25 million. Interested parties should note that the solicitation is expected to be issued on April 28, 2025, with bids due by May 28, 2025; for further inquiries, contact Stanislav Sekacov or Patricia Bonilla via their provided emails.
USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) 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 PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77). This procurement requires a highly capable contractor to perform maintenance, modernization, and repair services, necessitating substantial facilities and skilled human resources to manage and integrate various ship maintenance tasks. The contracts, expected to be awarded as two separate Firm-Fixed-Price agreements, will be executed on the West Coast, with proposals due by May 6, 2025. Interested contractors should contact Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil or Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil for further details and access to restricted files.
Hull Clean
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for hull cleaning services for the USCGC DAVID DUREN, as outlined in a combined synopsis/solicitation. The contractor will be responsible for cleaning the underwater body of the vessel, renewing zinc anodes, and ensuring the operational integrity of the ship while adhering to specified technical standards and documentation requirements. This procurement is critical for maintaining the vessel's performance and compliance with maintenance protocols, with a delivery window set between May 5 and May 24, 2025. Interested offerors must submit their firm fixed-price proposals by April 18, 2025, and can direct inquiries to Cornelius Claiborne or Patricia Fremming via the provided email addresses.
3573 HAYWARD Drydock
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the overhaul of the Drift Collection Vessel "HAYWARD," focusing on comprehensive repair services including drydocking, hull cleaning, painting, and compliance inspections. The contract requires the contractor to provide all necessary labor, materials, and equipment to ensure the vessel meets operational and regulatory standards, with a performance period of 30 days from the vessel's delivery to the contractor's facility. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in environmental management and navigation safety. Interested small businesses must register in the System for Award Management (SAM) and can direct inquiries to Matthew Rhoads or Domenic Sestito via their provided email addresses, with the solicitation documents available exclusively on SAM.gov.
FY25 MV Puget Drydock Maintenance Services
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the FY25 MV Puget Drydock Maintenance Services, a project aimed at providing comprehensive shipyard maintenance for the MV PUGET in the Puget Sound area. Contractors will be responsible for all aspects of management, personnel, equipment, and materials necessary for the maintenance services, which include inspections, repairs, and cleaning, to be performed at a contractor-provided facility. This opportunity is a total small business set-aside under NAICS code 336611, with an estimated performance period from May 25, 2025, to July 25, 2025, and quotations must be submitted by May 15, 2025. Interested parties should ensure they are registered in the System for Award Management (SAM) and may contact Geraldine L. Kemp or Camilla Allen for further information.
MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command, is soliciting proposals for the modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This Design-Bid-Build project aims to enhance the facility's operational capabilities by rebuilding caisson seats, refurbishing the dock floor, and constructing new utility systems, with a focus on safety and environmental compliance. The modernization is critical for supporting submarine repairs and ensuring the Navy's long-term mission readiness. Interested contractors must submit their proposals electronically by June 6, 2025, with a minimum small business participation requirement of 20% of the contract value. For further inquiries, contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.
FY25 Willapa Bay Maintenance Dredging
Buyer not available
The Department of Defense, through the Department of the Army's Seattle District, is soliciting bids for the FY25 Willapa Bay Maintenance Dredging project. This procurement involves the construction of dredging facilities, aimed at maintaining navigable waterways and ensuring safe passage for maritime traffic in the Willapa Bay area. The project is critical for sustaining local economic activities and environmental health, as dredging helps to manage sediment buildup and maintain water depth. Interested contractors can obtain further details from the solicitation documentation and are encouraged to contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or by phone at 206-764-6659, or Scotty Britt at SCOTT.W.BRITT@USACE.ARMY.MIL or 206-764-3517 for any inquiries.
USCGC OLIVER BERRY HULL CLEANING AND INSPECTION
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform hull cleaning and inspection services for the USCGC OLIVER BERRY, scheduled to take place in Honolulu, Hawaii. The contract requires a comprehensive inspection of the vessel's underwater body, including hull plating and coating systems, as well as cleaning procedures that adhere to federal regulations and safety protocols. This initiative is crucial for maintaining the operational readiness and safety of Coast Guard vessels, ensuring they meet stringent oversight and documentation standards. Interested contractors must submit their firm fixed price quotations by April 28, 2025, at 09:00 A.M. Eastern Standard Time, and can direct inquiries to Timothy Ford at timothy.s.ford@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.
Maintenance, Repair, and Preservation of Bangor Caisson 1 Prime
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking a contractor for the maintenance, repair, and preservation of the Bangor Caisson 1 Prime, a significant asset measuring 108 feet in length and 65 feet in height. The procurement involves a Firm-Fixed-Price contract that requires the contractor to perform various tasks, including asset pickup and delivery, coating renewal, system inspections, and compliance with safety and environmental regulations. This opportunity is crucial for ensuring the operational readiness and longevity of naval assets, with the contract expected to be awarded in September 2025, following a request for proposals anticipated in April/May 2025. Interested parties should contact Jeff Jaeckel at jeff.a.jaeckel.civ@us.navy.mil or Christopher Campbell at christopher.d.campbell76.civ@us.navy.mil for further information.
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.