Touch Labor Weight Handler support
ID: N3904024R0157Type: Solicitation
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)

Set Aside

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

    The Portsmouth Naval Shipyard in Kittery, Maine, requires skilled labor support for submarine repairs and modernization. The main purpose of this firm-fixed-price contract is to provide ten experienced marine weight handlers, two supervisors, and a program manager for a period of almost one year.

    The key tasks for the awardee include providing proficient workers for specific roles, ensuring employee supervision and management, and delivering weekly and quarterly status reports. The workers must have specialized training and clearances for confined space entry, rigging, and weight handling. Supervisors will manage worker assignments, and the program manager will oversee contract administration.

    The deliverables include detailed status reports, tracking employee hours, and submitting contract-related documentation. The focus on employee hours is emphasized in the tracking of both straight time and overtime hours, which are outlined in the provided Excel spreadsheet.

    The government seeks a reliable and secure solution, with stringent security measures to protect Controlled Unclassified Information (CUI) and Naval Nuclear Propulsion Information (NNPI). Contractors must adhere to strict guidelines and facilitate government audits to ensure information security.

    To be eligible, applicants must demonstrate experience and proficiency in ship repair and maintenance, with particular emphasis on trade-specific skills and security clearances. The past performance of offerors will be evaluated, focusing on quality work, timely delivery, and cost effectiveness.

    The estimated funding for this contract is several million dollars, and bids are expected within two months of the solicitation's release. The evaluation of applications will prioritize the ability to meet the specified labor and security requirements.

    For any clarification or questions, potential applicants can contact BRIAN LEE at BRIAN.C.LEE2@NAVY.MIL or 2076901527.

    Files
    Title
    Posted
    The primary objective of this procurement is to implement stringent security measures to protect Controlled Unclassified Information (CUI) and Naval Nuclear Propulsion Information (NNPI) associated with Portsmouth Naval Shipyard operations. The focus is on ensuring the security of CUI, preventing unauthorized access, and establishing procedures for handling, marking, and disseminating this sensitive information. This involves adhering to operational security policies, restricting personal electronic devices, and implementing procedures for photograph and recording management. Additionally, the procurement seeks to put in place measures to safeguard information systems, with a emphasis on protecting CUI from potential aggregation and compilation that could lead to classification. The RFP outlines a comprehensive set of requirements for contractors to maintain the security of this sensitive information, with strict guidelines on information handling and storage, and mandates that contractors facilitate government audits and inspections to ensure compliance. The contract, valued at an estimated cost of several million dollars, will likely be a firm-fixed-price agreement, with the government seeking a secure solution rather than specific products or services. Bids are due within two months of the RFP's release, and the contract is expected to be awarded shortly thereafter, indicating a sense of urgency around implementing these security measures. Key tasks include developing procedures for handling and safeguarding CUI and NNPI, with specific attention to preventing foreign access and implementing appropriate dissemination controls. Contractors will also be responsible for monitoring and reporting any potential classification of aggregated or compiled CUI, as well as ensuring the secure transmission and disposal of this information. Furthermore, they will be expected to facilitate the government's security audits and provide recommended changes to security protocols, if necessary. The evaluation of proposals will likely prioritize contractors with a strong track record in implementing complex security measures and maintaining information security.
    The Department of the Navy has issued a request for physical access control solutions to secure its installations and sensitive areas. The primary objective is to implement an advanced identity verification system using biometric databases and associated information services. This system should grant access to authorized individuals while preventing unauthorized access, with a focus on protecting national security. The solution should support the issuance and management of Local Population Identification Cards/Base Access Passes. These passes are essential for controlling access and maintaining a secure environment across Navy and Marine Corps installations. The successful vendor will need to provide a comprehensive system that integrates with existing databases, including the National Crime Information Center (NCIC) and Terrorist Screening Database, to ensure robust vetting and fitness determinations for access. Key requirements include the ability to verify identity using a combination of state-issued and federal documents, with provisions for US citizens, naturalized citizens, and aliens. The system should capture and process various personal details, including biometric data like hair and eye color, along with employment and sponsorship information. Furthermore, it should accommodate varying work schedules and provide a mechanism for pass retrieval upon separation or expiration. Navy officials anticipate a high level of interest from potential contractors, with a favorable response to the minimum vetting criteria being a prerequisite for access to DoD installations. The procurement process will likely involve a rigorous evaluation of solutions based on their ability to meet these security needs. As such, the primary evaluation criteria will focus on the effectiveness and reliability of the proposed physical access control systems. Although the file doesn't explicitly mention the contract type or value, it does indicate that the solution will be implemented across multiple military bases, suggesting a substantial contract value. Interested vendors must carefully review the detailed requirements and submit their proposals accordingly.
    The government seeks to procure enhanced identity verification and proofing measures to strengthen security and streamline the identification process. The primary focus is on obtaining reliable and verified forms of identification. This aims to ensure the safety and integrity of government operations while facilitating efficient access to services. Among the key requirements are various types of state-issued and federal identity documents, including enhanced driver's licenses, passports, and specific immigration and employment authorization cards. These must include photographic and biometric information such as name, date of birth, and eye color. Additionally, the government seeks to implement secondary forms of identification for added security. The scope involves implementing procedures for accepting and verifying these documents, with attention to detail and careful consideration to avoid fraud. Contract details are not provided here, but typically these efforts are supported by firm-fixed-price contracts with provisions for potential follow-on work. Timelines and specific evaluation criteria are also omitted but are typically tailored to each procurement's unique needs.
    The government agency seeks to evaluate an offeror's past performance on relevant contracts. This form requires detailed information about the offeror's roles and experiences. It requests a description of the work performed, focusing on its relevance to a specific solicitation. The agency aims to assess the offeror's ability to demonstrate quality work, timely delivery, and cost effectiveness. This past performance assessment is a critical step in the procurement process, helping the agency gauge the competency and reliability of potential contractors. Can I assist you with another file or do you have any additional context you would like to provide?
    The government agency seeks to evaluate a contractor's performance and quality. The emphasis is on assessing customer satisfaction with the offered services. The assessment form requires customers to rate the contractor's performance in terms of quality, timeliness, and responsiveness. Customers must provide detailed feedback on their experiences, including instances of rework, delays, and the contractor's overall strengths and weaknesses. This information is crucial in determining the contractor's eligibility for future awards. The assessment aims to guide contracting decisions by gathering detailed feedback on the contractor's past performance, focusing on customer assessments of their delivered services.
    The Quality Assurance Surveillance Plan (QASP) outlines the procedures for monitoring and assessing the performance of a contracted service provider. The focus is on achieving specified quality levels and performance standards as defined in the Performance Work Statement (PWS). The government representatives, including the Contracting Officer and Contracting Officer's Representative (COR), will employ surveillance techniques like random monitoring, 100% inspection, and periodic inspection to evaluate the contractor's work. Customer feedback is also integrated into the assessment process. The contractor is responsible for self-inspecting their work against the PWS requirements and providing performance reports to the COR. This performance-based approach allows the contractor flexibility in achieving the desired outcomes. The COR's role is crucial in administering the contract, conducting inspections, and preparing monthly performance reports. Key to success is the contractor's ability to meet the stated objectives and maintain customer satisfaction, with customer feedback playing a significant role in evaluating their performance.
    The primary objective of this procurement is to source a contract for ship repair work at the Portsmouth Naval Shipyard. The focus is on providing proficient labor and services to support naval operations. The government seeks a dynamic and responsive workforce capable of handling various tasks associated with ship maintenance and repair. Technical specifications require trade-specific employees with appropriate security clearances and specialized training in areas such as personal fall arrest, confined space entry, and respirator programs. The contractor must submit detailed training plans and ensure employees are fully qualified, with records submitted prior to onboarding. Supervision and management of the workforce are crucial, including resolving personnel issues and maintaining a daily supervisory log. The scope of work involves delivering a fully trained workforce, ensuring employee proficiency, and providing supervision and administrative support. This includes attending status meetings, managing employee resources, and submitting accurate time tracking records and performance reports. Key personnel, such as the Program Manager and Supervisors, must have specific qualifications and experience in ship repair, with their resumes submitted for review. The contract is to be awarded based on the acceptance of qualification records, training plans, and the ability to provide proficient employees. The evaluation criteria appear to center around the quality and proficiency of the workforce, with a focus on technical competence and adherence to US Navy standards. No specific contract details or timelines are provided, but the language suggests a comprehensive and ongoing contract, likely spanning several years. The government's emphasis on training, proficiency, and adherence to naval standards indicates a high level of scrutiny and expectation for potential contractors.
    The procurement objective of this RFP involves establishing compliant wage rates for various occupations outlined in the Service Contract Act (SCA). The SCA applies to contracts for services performed in certain towns within York County, including Eliot and Kittery. The document revises wage determination No. 2015-4011, outlining specific hourly rates for different job classifications. These rates are mandatory for contractors subject to the SCA, ensuring workers receive fair compensation. The rates differ based on the date of contract execution, with higher rates applying to contracts signed after January 30, 2022. Additionally, the RFP mandates compliance with Executive Orders regarding minimum wage requirements and paid sick leave for federal contractors. Contractors must adhere to specified fringe benefits, including health and welfare allowances, paid vacations, and paid holidays. The RFP also provides guidelines for hazardous pay differentials and uniform allowances, ensuring worker safety and fair uniform maintenance practices. To accommodate unlisted job classifications, a conformance process is detailed for contractors to follow, ensuring proper compensation for all employees. Critical to the procurement process, this RFP sets clear expectations for contractors regarding SCA compliance, aiming to enforce fair labor practices and define the financial obligations associated with various occupations. Interested vendors must carefully review and conform to the specified wage rates and benefits to submit a compliant proposal.
    The DD FORM 1423 is primarily concerned with detailed data requirements for a procurement. It encompasses various data items, each with its own title, subtitle, and authority, ranging from technical data packages to manuals. The form meticulously breaks down the submission requirements, including frequency, dates, and distribution. Notably, it also accounts for the associated costs and efforts required for data preparation, differentiating between essential and non-essential data for the contractor's performance. Contractors are tasked with providing the data according to the specified standards, with prices often categorized into distinct groups depending on the nature and extent of the data's essentiality.
    The DD FORM 1423 is primarily concerned with detailing the requirements and distribution of various data items needed for a government contract. The form specifies the data's authority, frequency of submission, and required distribution, aiming to streamline the management and submission of these data requirements. Contractors will be expected to provide the specified data, adhering to the outlined instructions, and tailoring their submissions accordingly. This form ensures that critical data needs for the project are met and appropriately compensated within the contract's scope. Can I assist you with another file or do you have a different request?
    The primary objective of this procurement is to acquire comprehensive status reporting services for government contracts. The focus is on capturing detailed financial and temporal aspects, including funded amounts, expenditure tracking, and period of performance metrics. The status reports must include specific elements such as contract numbers, data dates, and management time logging. This information is to be presented in both textual and graphical formats, offering a comprehensive view. Vendors will be responsible for providing weekly updates and maintaining accurate records. The requested services require a meticulous approach and a clear understanding of government contracting procedures. Contract details and evaluation criteria are not explicitly mentioned in the provided information. However, the success of the selected vendor will likely be evaluated based on their ability to deliver accurate and timely status reports, adhering to the stringent requirements outlined.
    The focus of this file is on tracking and approving contract employees' work hours at the Portsmouth Naval Shipyard. It contains a timesheet template designed to capture the workweek details, including the days of the week, shift start and end times, and the total hours worked. The template also leaves space for additional notes and signatures from both the contract employee and their supervisor to authorize the recorded work hours. This process seems to be geared towards managing and compensating the efforts of off-site or contracted staff, ensuring transparency and accuracy in timekeeping.
    The Portsmouth Naval Shipyard in Kittery, ME, requires painting services. A contractor is needed to fill the role of painter, working weekly hours that are outlined in detail by day, with a focus on tracking straight time (ST) and overtime (OT) hours. The spreadsheet also accounts for management and office personnel hours, specifying roles like program manager, contracts manager, and project coordinator. Their hours are also broken down by week days, with notes on any time off. The data presents a snapshot of weekly operations and expects contractors to adhere to specified hour requirements for each role. Key dates are mentioned, indicating the work week of October 9th to 15th, 2023, and noting that two vacant roles are expected to arrive on October 17th.
    The spreadsheet details the management of contractor onboarding and offboarding. It appears to track the arrival and departure dates of contractors associated with various companies. There are also columns indicating whether training is required and if the contractors used the tool crib checkout, alongside notes on approved contractors' delivery orders. This data seemingly aids administrative oversight, ensuring efficient contractor integration and transition. The focus is on streamlining the deployment and departure of external workers, likely for a government agency, with meticulous attention to logistics and resource allocation.
    The file contains a detailed form for recording information about injured or ill employees in the workplace. It seeks to capture key details about the incident, the employee's personal and work status, and the circumstances surrounding the event. The primary objective is to gather comprehensive information for understanding work-related incidents and potential hazards. The form requires specifications such as the employee's personal details, incident date and time, work shift details, and the location of the incident, focusing on privacy and security by referencing the Privacy Act of 1974. It also seeks to identify the cause of the incident, work being done, and personal protective equipment (PPE) used. Additionally, it collects data on the employee's current work status and supervisor's details. This information is crucial for incident investigation, workplace safety improvements, and potential compensation or medical care for the affected employee. The detailed recording of events allows for a thorough analysis of work-related risks and serves as a tool for proactive hazard mitigation. Organizations can use this data to implement preventive measures, enhance safety protocols, and create a safer work environment.
    The Portsmouth Naval Shipyard seeks skilled labor support for submarine repairs. This firm-fixed-price contract requires the provision of ten experienced marine weight handlers, two supervisors, and a program manager. These individuals will assist with modernization and repair work during upcoming availabilities, working specified shifts. The focus is on providing proficient labor, with strict safety and security requirements, including confined space entry and fall arrest training. Key personnel must have relevant experience and security clearances. The contractor is responsible for employee supervision, management, and training records. Deliverables include weekly and quarterly status reports, tracking employee hours and attendance, and submitting contract-related documentation. The contract period is approximately one year. Critical dates include a submission deadline of 1 July 2024, with an expected award date of 15 July 2024. Evaluation criteria center on the contractor's ability to meet the specified labor requirements and adhere to safety and security protocols.
    The primary objective of this procurement is to acquire various supplies or services, denoted by the four affected subcline items (SUBCLINs 0001AB, 0001AC, 0001AD, and 0001AE). The focus is on adjusting the quantities required for each subcline. The government agency seeks to decrease the ordered quantities, with reductions of 100 units for the first two subclines and 10 units for the latter two. Technical specifications are outlined in the solicitation document, providing details on the expected quantities and delivery schedule. The latter has been revised to amend the delivery dates and clarify the shipping destinations. Offerors must submit their acknowledgment of this modification by 30 July 2024 at 01:00 PM, allowing them to adjust their proposals accordingly.
    The Portsmouth Naval Shipyard seeks skilled labor support for submarine repairs and modernization. This firm-fixed-price contract requires the provision of ten experienced marine weight handlers, two supervisors, and a program manager. The focus is on delivering proficient workers for specific tasks, including rigging, weight handling, and confined space entry, with strict safety and security protocols. Contractors must adhere to stringent technical specifications and deliver fully trained employees with appropriate security clearances. Key duties involve on-site supervision, managing worker assignments, and ensuring compliance with work instructions. The contract, valid from September 2024 to August 2025, mandates weekly and quarterly status reports. Key dates include a submission deadline of 30 July 2024 and a required start date of 30 September 2024. Evaluation criteria center on the contractor's ability to deliver proficient personnel and comply with technical requirements.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    Telehandler Rental
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a telehandler, as outlined in solicitation number N3904024Q0205. The rental period is scheduled from January 20, 2025, to January 29, 2026, with an option to extend until December 18, 2026, and the procurement is set aside for small businesses under NAICS code 532490, which pertains to other commercial and industrial machinery rental and leasing. This telehandler, with a minimum lifting capacity of 12,000 pounds, is essential for maintaining operational capabilities at the shipyard, and bidders must adhere to specific safety and operational requirements while providing evidence of compliance. Interested vendors must submit their proposals, including technical documentation, via email by October 1, 2024, and can direct inquiries to Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or by phone at 207-438-1358.
    FRT Boat Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard in Kittery, Maine, is seeking sources capable of providing maintenance services for Facility Response Team (FRT) boats as outlined in the attached Statement of Work (SOW). The contractor will be responsible for preventative maintenance and repair of six FRT vessels and associated trailers, requiring certified technicians, secure storage, and timely service responses, with written estimates mandated prior to commencing work. This maintenance is crucial for ensuring the operational readiness and safety compliance of the vessels, which play a vital role in naval operations. Interested parties must submit their responses, including company information and capabilities, in PDF format to Contract Specialist Steven Carlberg at steven.w.carlberg.civ@us.navy.mil by 2:00 PM EST on August 19, 2024, as this notice is for market research purposes only and does not constitute a solicitation.
    R408 - Business Management Support Services (BMSS) for Navy Personnel, Manpower, and Training (PMT).
    Active
    Dept Of Defense
    The U.S. Navy is seeking proposals for a federal contract, R408 - Business Management Support Services (BMSS) for Navy Personnel, Manpower, and Training (PMT). This opportunity falls under the administrative and general management consulting services category. The primary purpose of this contract is to support the Navy's PMT office by providing business management services, including program management, administrative support, and technical assistance. The successful awardee will assist in managing and executing various PMT programs, enhancing the efficiency and effectiveness of Navy operations. The scope of work involves multiple key tasks. The awardee will be responsible for providing program management support, budget and financial management, personnel support, and training coordination. This includes assisting in developing and implementing procedures for these areas, as well as delivering comprehensive reports and presentations. The contract will require regular interaction and collaboration with Navy staff, ensuring seamless integration of services. To be eligible for this contract, applicants should possess a strong track record in administrative management, with specific experience in government or military environments being highly desirable. The Navy seeks a partner with a deep understanding of the unique demands and protocols of the public sector. Demonstrated ability in program management, strong communication skills, and data analysis expertise are also crucial. The contract is expected to be funded at around $7 million, with a potential period of performance of five years. The Navy anticipates awarding a fixed-price contract, with the option to extend based on performance and operational needs. Interested parties should submit their proposals before the stated deadline. It is anticipated that the evaluation process will focus on the applicant's technical approach, past performance, and cost-related factors. The Navy encourages applicants to include a detailed description of their qualifications, experience, and proposed solution. For clarification or questions, interested individuals and organizations should contact Alexis Montelone at alexis.montelone@navy.mil. This opportunity offers a chance to play a vital role in supporting the Navy's PMT office, and the successful applicant will contribute significantly to enhancing the Navy's operational capabilities.
    Rental of One 200' Aerial Work Platform
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a 200-foot Aerial Work Platform (AWP) to facilitate crane maintenance exceeding 135 feet. This procurement is essential for ensuring the operational readiness and safety of maintenance activities at the shipyard, which is critical for supporting naval operations. The contract is set aside for small businesses, with proposals due by September 12, 2024, at 11:59 PM EST, and the anticipated performance period is from October 15 to 17, 2024. Interested vendors must submit their quotes via email and ensure they are registered in the System for Award Management (SAM); for further inquiries, they can contact Chuck Chase at charles.e.chase23.civ@us.navy.mil or call 207-994-4612.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    Topside Diesel Rental- Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the rental of a topside diesel generator to support submarine docking operations. The rental period is set from February 10, 2025, to March 24, 2025, with an option for extension until April 8, 2025, and the procurement is designated as a total small business set-aside. This generator is crucial for ensuring operational efficiency during docking procedures, and vendors must comply with environmental regulations and provide detailed specifications in their proposals. Interested parties must submit their quotes by September 30, 2024, and can contact Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or call 207-438-1358 for further information.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    Rental of Four (4) Conex Containers /w Two (2) Transported
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of four 20-foot Conex containers along with transportation services, under the RFQ number N3904024Q0208. The procurement aims to deliver two containers to Groton, CT, and two to Kittery, ME, with a performance period extending from October 28, 2024, to October 27, 2025, and includes options for two additional years through 2027. This initiative is crucial for supporting the Navy's operational needs while promoting small business participation in federal contracting. Interested vendors must submit their proposals via email by September 30, 2024, at 11:00 AM ET, and are required to be registered in the System for Award Management (SAM) while adhering to strict technical and security requirements outlined in the solicitation documents. For further inquiries, potential contractors can contact Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or by phone at 207-438-1358.