USS GREENBAY (LPD-20) OEM Underwater Hull Preservation
ID: N5523625R0002Type: Sources Sought
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 (SWRMC), is seeking sources for the underwater hull preservation of the USS GREENBAY (LPD-20), with a focus on paint and coating manufacturing. The procurement aims to identify qualified original equipment manufacturers (OEMs) capable of supplying compliant paint, coatings, and preservation products, as well as providing necessary engineering and technical services for the vessel's maintenance, which is anticipated to begin on February 10, 2025. This opportunity is critical for maintaining the operational readiness of naval assets and ensuring adherence to stringent environmental and safety standards. Interested parties must submit a letter of interest by 2 PM local time on November 5, 2024, to the designated contacts, Alisha Bloor and Cindy Wong, with further details available in the attached documents.

    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MIL-PRF-24647E w/ Amd 1, Paint System, Anticorrosive and Antifouling, Ship Hull
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to draft specifications for a new anticorrosive and antifouling paint system for ship hulls, identified as MIL-PRF-24647E w/ Amendment 1. This initiative aims to accommodate a variety of design solutions and processes while encouraging a broad vendor base in the paint and coating manufacturing industry. The finalized specifications will be crucial for maintaining the integrity and longevity of naval vessels, ensuring they remain operational in various marine environments. Interested parties can request copies of the draft document by emailing CommandStandards@navy.mil, with the review period concluding on October 31, 2024. Please note that this announcement is not a solicitation for bids.
    USS GREENBAY (LPD-20) LLTM Runway Beam Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), intends to award a sole source purchase order for Long Lead Time Material (LLTM) Runway Beam Assembly for the USS GREENBAY (LPD-20). This procurement specifically requires components for the overhaul of the well deck bridge crane assembly, including one runway beam assembly and six packing assemblies, with a delivery deadline set for February 18, 2026, to a designated location at the U.S. Naval Station in National City, California. The selected vendor, Jered LLC/ PAR Systems LLC, is the original equipment manufacturer and the only authorized source for these parts, which are critical for maintaining the operational readiness of the naval vessel. Interested vendors must submit their capability documentation via email to Valerie Manguiob and Cynthia Urias by 11:00 PM (PST) on September 18, 2024, ensuring their certifications in the System for Award Management are current and active.
    USS CHUNG HOON DDG93 MOLD REMEDIATION
    Active
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is conducting market research to identify potential sources for mold remediation services in the Crew Washroom and Water Closet of the USS Chung Hoon (DDG 93), a DDG class ship. The procurement aims to assess industry capabilities, particularly focusing on small businesses, to fulfill the requirements outlined in the sources sought announcement. This initiative is crucial for maintaining the operational readiness and hygiene standards aboard naval vessels. Interested companies are encouraged to submit a notice of interest, including their business classification and capabilities, to the designated contacts, Jonathon Mata and Kelly Wang, by email, with a response limit of five pages. Further information will be available on the SAM.gov website, and no costs will be incurred by the government for responses to this announcement.
    FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA), which encompasses maintenance, modernization, and repair services. This contract requires a highly capable contractor with substantial facilities and human resources to effectively manage and integrate multiple areas of ship maintenance and repair, specifically for the West Coast. The solicitation is issued electronically via PIEE, and interested offerors must monitor the PIEE/SAM.gov page for updates and amendments, with key attachments available upon request from the designated contacts. For further inquiries, potential bidders can reach out to Contract Specialist James Thomas at james.c.thomas118.civ@us.navy.mil or Contracting Officer Brian Han at brian.s.han3.civ@us.navy.mil.
    USS Michigan Preservation and Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility (PSNS and IMF), is seeking contractors for the preservation and repair of the USS Michigan, a submarine maintenance project located in Bremerton, Washington. The procurement involves comprehensive maintenance tasks, including blasting, preservation, surface preparation, and various hull and structural repair works, specifically for non-SUBSAFE components of the submarine. This work is critical for ensuring the operational readiness and longevity of U.S. Naval submarines, including SSN, SSBN, and SSGN classes. Interested contractors should reach out to Andrew M. Skelley at andrew.skelley@navy.mil or Carly Stotts at carly.j.stotts.civ@us.navy.mil for further details, and all solicitation documents can be accessed through the PIEE solicitation module.
    PRODUCT FAMILY SUPPORT SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Southwest Regional Maintenance Center (SWRMC) of the Department of the Navy, is preparing to solicit proposals for Product Family Support Services under solicitation N55236-25-R-3000. The objective of this procurement is to secure a contractor capable of providing a comprehensive range of maintenance, repair, and assessment services to support the U.S. Navy fleet, particularly focusing on intermediate-level maintenance and repair for over 100 surface ships and submarines. This contract, which will be awarded as a Cost-Plus Fixed-Fee arrangement, is crucial for ensuring the operational readiness of naval assets in the Southwest U.S. region and is anticipated to have a base period of twelve months with four one-year options. Interested vendors should direct their inquiries to Kathy Choi or Dayen Lagunas via email by November 8, 2024, as a formal solicitation is expected to be issued in November 2024, with contract award anticipated in the fourth quarter of fiscal year 2025.
    USCGC SAGINAW (WLIC-803) DRYDOCK AVAILABILITY FY2025
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide drydock maintenance services for the USCGC SAGINAW (WLIC-803) during fiscal year 2025. The procurement involves comprehensive labor, materials, and equipment to perform approximately 71 specific work items, including inspections, cleaning, preservation, and repairs of various vessel components, all to be conducted at the contractor's facility. This maintenance is crucial for ensuring the operational readiness and longevity of the cutter, which serves vital functions in the Coast Guard's mission. Interested parties must submit their capability information by 8:00 AM Pacific Time on November 1, 2024, to the designated contacts, Ou Saephanh and Diego Avila, with the performance period scheduled from March 25, 2025, to June 2, 2025.
    Commercial Industrial Services (CIS) Hullboard Lagging Services Follow-On, Multiple Award Contract, Indefinite Delivery Indefinite Quantity (MAC-IDIQ)
    Active
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is seeking small business contractors for the Commercial Industrial Services (CIS) Hullboard Lagging Services Follow-On contract, which will be an indefinite delivery indefinite quantity (IDIQ) multiple award contract. The primary objective of this procurement is to secure labor, equipment, and materials necessary for the removal, repair, replacement, disposal, and installation of hullboard lagging and insulation materials on U.S. Navy vessels in San Diego, California. This contract is critical for maintaining the operational readiness of Navy ships while ensuring compliance with safety and environmental regulations, particularly concerning hazardous materials like asbestos. Interested parties must submit a letter of interest by 2 PM local time on November 4, 2024, to the designated contacts, Cindy Wong and Alisha Bloor, with the anticipated Request for Proposal (RFP) release date expected around June 4, 2025.
    DRY DOCK (DD): USCGC ROLLIN FRITCH DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock repairs of the USCGC Rollin Fritch (WPC 154) scheduled for fiscal year 2025. The procurement involves comprehensive inspection and maintenance tasks, including work on the propulsion shafting system, hull plating, and various assemblies, all while adhering to safety and environmental standards. This contract is crucial for maintaining the operational capabilities of the Coast Guard's fleet, ensuring the vessel's structural integrity and compliance with federal regulations. Interested small businesses must submit their proposals by November 22, 2024, and can contact Kurt Hoyer at kurt.e.hoyer@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further details.
    Notice of Intent: Hocking Shipyard Caven Point Services
    Active
    Dept Of Defense
    Notice of Intent: Hocking Shipyard Caven Point Services The Department of Defense, specifically the Department of the Army, through the W2SD ENDIST NEW YORK office, has issued a Special Notice for the procurement of ship repair services at the Hocking Maintenance Shipyard. The services required include the following items: a. Paint/Coating System: Sherwin-Williams Product Line ($46,000) - This includes Sherwin-Williams Duraplate 235, Sherwin-Williams Antifouling 121, Sherwin-Williams Armortile B67B-100, and Sherwin-Williams Steel Master. b. Integrated navigation software: Rose Point Electronic Charting Software ($2,600) c. Navigation system upgrades: Furuno SC-70 Satellite Compass/Antenna ($4,295) d. Furuno Antenna Cable (item 001-524-1000) ($225) e. PYI Shaft Seals (Serial 02-212-400) These items and services are essential for the maintenance and repair of ship and marine equipment. This notice of intent serves as a preliminary announcement and is not a formal solicitation or request for proposal. The government intends to make a sole source award under the authority cited in Federal Acquisition Regulation 6.302-1, as there is only one responsible source and no other supplies or services will satisfy the agency requirements. Vendors who wish to propose an alternative source must provide all relevant data demonstrating how the alternative source satisfies the requirements mentioned above to Monica Coniglio at Monica.N.Coniglio@usace.army.mil by the required due date and time. Please note that this is not a request to respond to a solicitation.