USS GREEN BAY (LPD-20) OEM Underwater Hull Preservation
ID: N5523625R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSOUTHWEST REGIONAL MAINT CENTERSAN DIEGO, CA, 92136-5205, USA

NAICS

Paint and Coating Manufacturing (325510)

PSC

PAINTS, DOPES, VARNISHES, AND RELATED PRODUCTS (8010)
Timeline
    Description

    The Department of Defense, through the Southwest Regional Maintenance Center, is issuing a Request for Proposal (RFP) for the underwater hull preservation of the USS GREEN BAY (LPD-20) at a contractor's drydock facility in San Diego, CA. The procurement requires original equipment manufacturers (OEMs) to provide paint, coatings, and preservation products that meet Navy standards, along with qualified personnel to perform and certify the work as outlined in the Work Statement. This contract is crucial for maintaining the operational readiness and longevity of naval vessels, with a firm-fixed price structure under NAICS code 325510, Paint and Coating Manufacturing. Proposals are due by January 24, 2025, and interested parties should contact Alisha Bloor at alisha.r.bloor.civ@us.navy.mil or Cindy Wong at cindy.p.wong2.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The document outlines the specifications and costs related to the maintenance and painting of the USS Green Bay (LPD-20). It includes a detailed list of anti-fouling and anti-corrosive coating products, citing various military specifications (MIL-PRF-24647 and MIL-PRF-24635). Each product is quantified in gallons, with a note on waste allowances. Additionally, the document includes provisions for technical services, such as daily rates for personnel including travel, albeit with noted zero costs. The structure emphasizes separate line items for supplies/products, services, and contract data, indicating a comprehensive approach to budgeting for maintenance. Notably, many entries show calculations yielding a division by zero, suggesting gaps in data entry. The overall purpose of the document is to facilitate federal procurement through Request for Proposals (RFPs) for the USS Green Bay's maintenance needs. By detailing product specifications and associated costs, it aids in the funded procurement process while adhering to federal guidelines and ensuring quality maintenance of naval assets.
    The document is a Performance Work Statement (PWS) outlining requirements for a U.S. Navy paint and preservation products program. The contractor is tasked with supplying U.S.-made products that comply with federal, state, and local regulations, particularly regarding volatile organic compounds (VOCs). Services include technical support and evaluation during ship availability periods, focusing on underwater hull preservation and utilizing NAVSEA-approved coating systems. Key sections detail coatings specifications, including product compatibility, surface preparation standards, and strict prohibitions against harmful chemicals. Personnel requirements highlight the necessity for certified Field Service Technical Representatives to oversee application processes. The document mandates a structured communication and reporting protocol, including regular updates on project status and inventory management. Additional provisions address packaging, transportation, quality control, and procedures for product substitutions or technology improvements. The overall aim is to ensure that the supplied products meet Navy operational readiness standards while emphasizing compliance and safety in handling hazardous materials, thereby safeguarding both environmental and public health.
    Similar Opportunities
    80--EPOXY PAINT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of Epoxy Paint, Navy Formula 186, Type I, in accordance with military specifications. This contract requires the manufacture and delivery of a specialized paint product that meets stringent quality and performance standards, including First Article Testing and Production Lot Testing to ensure compliance with military specifications MIL-DTL-24631. The paint is critical for use on submarines and surface ships, emphasizing the importance of quality and safety in military operations. Interested vendors should contact Abigail Hurlbut at 717-605-6805 or via email at abigail.r.hurlbut.civ@us.navy.mil for further details, with proposals due by the specified deadline.
    Dry-Dock: USCG ANT PANAMA CITY (49415) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for dry-dock repairs to the 49-foot Buoy Utility Stern Loading boat (BUSL 49) as part of its FY2025 availability program. The procurement involves comprehensive repair and maintenance tasks, including general welding, ultrasonic testing, and hull inspections, with a strong emphasis on compliance with safety protocols and quality assurance standards. This contract is crucial for maintaining the operational readiness and integrity of USCG vessels, ensuring they meet regulatory requirements and performance standards. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their bids by March 7, 2025, with the contract period running from May 1, 2025, to September 30, 2025. For further inquiries, contractors can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.
    Commercial Industrial Services (CIS) Hullboard Lagging Services Follow-On, Multiple Award Contract, Indefinite Delivery Indefinite Quantity (MAC-IDIQ)
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking proposals for Commercial Industrial Services (CIS) Hullboard Lagging Services under a multiple award indefinite delivery/indefinite quantity (MAC-IDIQ) contract. The objective is to provide management, labor, services, equipment, and materials for the removal, repair, and installation of hullboard lagging and insulation materials on U.S. Navy ships within a 50-mile radius of San Diego, California. This procurement is crucial for maintaining the operational readiness of Navy vessels and will be awarded based on a best-value evaluation considering past performance, technical capabilities, and pricing. Interested small businesses are encouraged to contact Cindy Wong or Alisha Bloor via email for notifications regarding the Request for Proposal (RFP) posting, as this opportunity is set aside for total small business participation.
    Bow Thruster Nozzle Refurbishment
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is seeking qualified contractors for the refurbishment of eight Bow Thruster Nozzles at Assault Craft Unit Five, Camp Pendleton, California. The refurbishment aims to extend the service life of the nozzles by an additional 10-20 years, addressing wear caused by environmental factors such as saltwater and UV exposure, and includes tasks such as cleaning, inspection, necessary repairs, and the fabrication of additional belt and shaft covers. This project is critical for maintaining operational commitments and compliance with military equipment standards. Interested parties must submit a capabilities statement by February 20, 2025, at 4:00 PM PST to Mr. Jason Pelle at jason.a.pelle.civ@us.navy.mil, with the Request for Quote (RFQ) expected to be posted on February 24, 2025, and the anticipated award date set for March 7, 2025.
    Preserve Davits, Shawk Box Electric Hoists and Capstan Parts, USCG Cutter OBION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to preserve davits, Shaw Box electric hoists, and capstan parts for the USCG Cutter OBION at their facility in St. Louis, Missouri. The project involves media blasting and painting of these components, with strict adherence to surface preparation and environmental compliance standards, and is scheduled to commence on February 10, 2025, and conclude by February 27, 2025. This procurement is critical for maintaining the operational integrity and safety of Coast Guard vessels, ensuring that essential marine equipment is preserved to meet stringent quality and performance standards. Interested small businesses must contact Robert Henson II or James Tepen for further details, and proposals must comply with federal acquisition regulations, including wage determinations and safety protocols.
    MIL-PRF-24467D w/Amd 1, Coating System, Nonskid, for Roll or Spray Application
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking suppliers for a coating system, nonskid, designed for roll or spray application, as outlined in the MIL-PRF-24467D w/Amd 1 procurement opportunity. This contract aims to acquire a specialized coating that is crucial for enhancing the safety and performance of naval vessels by providing a slip-resistant surface. The procurement falls under the NAICS code 325510, which pertains to Paint and Coating Manufacturing, and the PSC code 8010, which relates to paints, dopes, varnishes, and related products. Interested vendors should prepare to engage with the procurement process as details regarding submission deadlines and contact information will be provided in the forthcoming announcements.
    CGC RELIANCE UNDERWATER HULL CLEAN AND INSPECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the underwater hull cleaning and inspection of the USCGC Reliance, scheduled for December 8, 2024, in Pensacola, Florida. The contractor will be responsible for executing the hull cleaning in accordance with specified maintenance guidelines and providing a post-cleaning report on the hull's condition. This service is crucial for maintaining the operational efficiency of the vessel by preventing the growth of marine organisms that could impair its performance. Interested vendors must submit their firm fixed price proposals by December 6, 2024, and can direct inquiries to Contracting Officer SKC Damon D. Jones at damon.d.jones@uscg.mil or Mr. Cornelius Claiborne at Cornelius.N.Claiborne@uscg.mil.
    PF204 Patrol Boat Dry Docking
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF-204 Patrol Boat, with a focus on engaging small businesses for this federal contract opportunity. Contractors are required to provide all necessary labor and materials to perform the dry docking, which includes structural repairs, ultrasonic testing, hull cleaning, and compliance with safety and environmental regulations. This project is critical for maintaining the operational readiness of government-owned vessels, ensuring they meet safety and performance standards. Interested vendors must submit their quotes by February 21, 2025, at 2:00 PM ET, and direct any inquiries to the designated contacts, Krystle Jones and Robert McDermott, via their provided email addresses.
    ZINC RICH COATING
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of a Zinc Rich Coating through a total small business set-aside contract. This procurement aims to fulfill the requirements for a specialized coating used in the production of guided missile and space vehicle propulsion units, which are critical for national defense applications. The contract will involve compliance with various military standards and specifications, including quality assurance and inspection protocols, with a focus on ensuring that the delivered products meet stringent shelf-life and marking requirements. Interested parties can reach out to Joshua D. Martin at 717-605-4356 or via email at JOSHUA.D.MARTIN76.CIV@US.NAVY.MIL for further details and to submit proposals.
    USNS WASHINGTON CHAMBERS
    Buyer not available
    The Department of Defense, through the Military Sealift Command in Norfolk, is issuing a sources sought notice for the USNS WASHINGTON CHAMBERS (T AKE 11), requiring a Regular Overhaul Dry Docking Availability scheduled from December 8, 2025, to March 9, 2026, at a West Coast contractor facility. Interested firms are invited to submit a capabilities package that demonstrates their experience and qualifications under NAICS Code 336611 for Ship Building and Repair, which has a size standard of 1,300 employees; inquiries regarding partnerships or joint ventures are also encouraged. This procurement is crucial for maintaining the operational readiness of the vessel, with potential tasks including cargo repairs, maintenance, and installation services, although the detailed work scope is still being finalized. Responses are due by February 26, 2025, at 11:00 a.m. EST, and interested parties can reach out to Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil for further information.