DDG 124 and DDG 127 Post Shakedown Availabilities at Norfolk
ID: N00024-25-R-2301 Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Ship Building and Repairing (336611)

PSC

COMBAT SHIPS AND LANDING VESSELS (1905)
Timeline
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for Post Shakedown Availabilities (PSAs) for the DDG 51 Class guided missile destroyers, specifically the HARVEY C. BARNUM JR. (DDG 124) and potentially the PATRICK GALLAGHER (DDG 127), at the homeport of Norfolk, Virginia. The procurement aims to address deficiencies, execute new work items, and incorporate engineering changes while adhering to NAVSEA standards and safety regulations. This opportunity is critical for maintaining the operational readiness and safety of naval assets, emphasizing the importance of skilled contract services in shipbuilding and repair. Interested contractors should direct inquiries to Kurt Boyles or Justin Rose via email, with proposals due by June 5, 2025, following several amendments that have clarified requirements and extended deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) for a federal project involving various reporting requirements from the contractor to the U.S. Navy. Key sections include progress and status reports, expenditure tracking, cost data, and program management analytics. Upon contract execution, the contractor must provide regular updates and spreadsheets detailing man-hours, materials, and overall expenditures on a weekly basis and follow specific submission schedules. The reports require electronic formats, including Excel and Microsoft Project, and must feature controlled unclassified information (CUI) headers to ensure restricted access due to export control laws. Each type of report has unique frequency and distribution requirements, with responsibilities assigned to specific project management offices within the Navy. Overall, the CDRL emphasizes compliance, accountability, and detailed tracking of financial resources and project timelines, reflecting the U.S. government's insistence on transparency and oversight in federal contracting. This systematic approach ensures critical technology and proprietary information protection while fostering effective collaboration and efficient program execution.
    The document outlines the Testing Index and Test Numbering System for the DDG 51 and follow ships, detailing a structured methodology for conducting tests required during the Ship Test Program. It serves as a project-specific guide mandated in the ship specifications, superseding prior documentation. The Testing Index contains various tests categorized by their stage, with specific numbering that indicates the responsibility for test preparation and conduct. Seven test stages are defined, ranging from Material Receipt Inspections to Builder's and Acceptance Trials, providing a clear framework for verifying equipment and system performance at various operational levels. Key details include the systematic approach to assigning unique test numbers, the stages of testing encompassing installation inspections, equipment tests, and intersystem evaluations, and the categorization by combat, mobility, support, and containment systems. This comprehensive index allows contractors and government personnel to navigate test requirements efficiently and ensures regulatory compliance and quality assurance throughout the testing phase. This document underscores the critical importance of adhering to stringent testing protocols in military shipbuilding, aimed at ensuring operational effectiveness and safety of the vessels. Its structured approach facilitates a methodical evaluation of each ship's systems, contributing to the overall mission readiness of the naval fleet.
    The document is an amendment to a federal solicitation regarding proposal submissions for a project managed by the Naval Sea Systems Command. The amendment updates specific sections of the solicitation while extending the proposal due date from May 22, 2025, to June 5, 2025. Key changes include modifications to technical proposal requirements, such as the organization of submission volumes regarding management, facilities, production capabilities, and past performance evaluations. These updates address contractor expectations for addressing work item specifications and provide detailed instructions for proposal outlines and staffing plans. Additionally, the document emphasizes the importance of integrating subcontractors into the overall project management structure and compliance with government regulations. Ultimately, the solicitation seeks to ensure that contractors can effectively manage large-scale, complex ship availabilities while adhering to strict schedules and technical standards.
    This document is an amendment to a government solicitation, specifically modifying contract N0002425R2301 involving the Naval Sea Systems Command. The amendment serves to extend the submission deadline for offers and address bidders' questions. The terms and conditions of the original solicitation remain unchanged unless otherwise indicated by this amendment. Contractors are required to acknowledge receipt of this amendment to ensure their offers are considered valid. The document also outlines procedures for submitting changes to previously submitted offers. Additionally, it specifies that the contractor may be required to sign and return copies of this document. The primary focus is on providing critical administrative updates essential for potential bidders engaged in federal contracting processes, ensuring compliance with federal regulations regarding the submission of bids.
    The document is an amendment to a solicitation concerning a contract managed by the Naval Sea Systems Command. Its main purpose is to update delivery dates according to the contract outlined in the original solicitation. Key provisions include the extension of the timeline for completion of certain contract line items (CLINs). Specifically, the delivery dates have been shifted—for CLIN 0001 from June 30, 2026, to September 30, 2026, and for CLIN 0101 from May 30, 2027, to June 7, 2027, with adjusted final dates for both items. The amendment also addresses procedures that bidders must follow to acknowledge receipt of the amendment, ensuring their offers remain valid considering the changes. This document reflects the government's ongoing management of contractual obligations, maintaining transparency in the procurement process. Overall, it serves to notify contractors of changes while ensuring compliance with federal regulations in government contracting.
    The document is an amendment to a government solicitation regarding the Post Shakedown Availability (PSA) of two DDG 51 class guided missile destroyers, specifically the HARVEY C. BARNUM JR. (DDG 124) and potentially the PATRICK GALLAGHER (DDG 127). Key updates include revisions to the Statement of Work (SOW), management procedures, and additional bidder inquiries. The SOW details various contractor responsibilities, including planning, engineering, and execution related to the PSA, which corrects deficiencies and integrates approved engineering changes. The contractor is tasked with maintaining schedules, ensuring compliance with naval standards, attending project meetings, and providing real-time data access to the government. Significant changes in the solicitation instructions include modifications to the technical proposal outline focusing on management, facilities, PSA execution, and past performance. The proposal evaluation criteria emphasize relevant past projects, management capabilities, and effective subcontractor integration. This amendment underscores the government’s requirements for efficient PSA execution while maintaining accountability and quality standards in line with naval operations.
    The document relates to a request for proposals (RFP) in which the contractor seeks clarification on missing work items associated with the solicitation. Questions were submitted regarding discrepancies in Attachment S-5, which was mistakenly presented as a Contractor Award Announcement instead of the necessary historical work package. The contractor indicated the absence of item 262-11-001 from Attachment S-2 and requested either the deletion of this item or its inclusion. Furthermore, the contractor asked if the master program schedule needed to be based on the work items in Attachment S-2, along with a request for a two-week extension after receiving the missing documentation. In response, the government amended the solicitation to correct the discrepancies, confirmed the inclusion of item 262-11-001 in Attachment S-2, clarified that the master program schedule should be based on this attachment, and extended the proposal due date. This document highlights communication between the government and contractors to ensure clarity and the completion of requirements in the proposal process.
    The document pertains to inquiries related to a federal solicitation, specifically addressing issues within Section L regarding missing work items. It discusses the request for Attachment S-2, which contains essential work items, and the need to clarify discrepancies in listed work items, such as the omission of item 262-11-001. The request also seeks confirmation on the basis of the Master Program Schedule and asks for a two-week extension for proposal submission following receipt of the missing information. In response, the government amended the solicitation to include the corrected Attachment S-2, added the missing work item, confirmed that the Master Program Schedule is based on Attachment S-2, and extended the proposal deadline. Additionally, it was clarified that the Master Program Schedule may be submitted as an appendix and excluded from the page limit. These amendments indicate an effort to ensure clarity and compliance in the proposal process, reflecting the document's purpose of facilitating clear communication between the government and contractors participating in the RFP process.
    The document outlines questions and clarifications related to a federal RFP, focusing on the required work items, program schedule, and proposal submission guidelines. Key inquiries include the absence of work items in the provided attachments, a request for a two-week extension to accommodate the missing information, and verification on the inclusion of the Master Program Schedule as an appendix. Amendments made by the government address these queries by correcting the attachment references, confirming the addition of a specific work item, and clarifying that the Master Program Schedule is to be based on the specified work package. Additionally, it is stated that the proposal dates have been extended and that offerors should align their schedules with the revised periods of performance. Ultimately, the document serves to ensure clarity and compliance for contractors in the bidding process, underscoring the importance of accurate and complete documentation in federal grant and contract proposals. The interactions demonstrate a standard procedure for addressing ambiguities within an RFP setting, ensuring that all parties have access to necessary information for informed submissions.
    This document summarizes a series of inquiries and responses related to a government Request for Proposal (RFP) involving the provision of work packages for a contract. Key questions submitted by stakeholders focus on the required work items in Attachment S-2, the need for a master program schedule, and clarifications on the Proposal's estimated timeframes. Multiple amendments were made to the solicitation in response to these inquiries, including the rectification of missing items in Attachment S-2 and the extension of the proposal due date to accommodate stakeholder needs. Additionally, the Government clarified that the master program schedule is based on Attachment S-2 work packages, and delineated the timeline for performance periods, ensuring that certain activities, such as Ship's Force LOA and PRTs, fall outside the specified availability. The final amendment addressed the removal of a previously referenced NAVSEA standard item in favor of an updated version. This document exemplifies the iterative nature of government contracting processes, showcasing how inquiries can lead to modifications in proposals and clearer guidelines for contractors.
    The document outlines the solicitation for providing Post Shakedown Availability (PSA) services for two guided missile destroyers, HARVEY BARNUM JR. (DDG 124) and potentially PATRICK GALLEGHER (DDG 127). The main objective is to correct deficiencies, execute new work items, and incorporate engineering changes, all while adhering to NAVSEA Standard Items and safety regulations. Key tasks include supplying engineering, management, and labor, with an emphasis on cost management through realistic estimates and timely submission of reports. The contractor will participate in various planning and review meetings, develop schedules, and maintain comprehensive documentation to ensure effective communication with the government. Financial aspects include a base fee structure and award fee determined through performance evaluations, reflecting the contractor's ability to meet cost, schedule, and quality benchmarks. This solicitation underscores the government's approach to manage resources effectively while ensuring compliance with standards and supporting Navy operations through skilled contract services.
    The document is a Bidder's Question Submittal Form for RFP N00024-25-R-2301, designed to facilitate communication between prospective bidders and the government entity issuing the Request for Proposal (RFP). It provides a structured format for bidders to submit inquiries regarding the RFP, including essential contact information such as the company name, the individual asking the question, and the submission date. Bidders are prompted to specify question details, including the source of the question, which may stem from the RFP itself, attachments, or associated guidelines. The form underscores the importance of clarity and transparency in the procurement process by encouraging potential bidders to seek clarification on any aspect of the RFP, ensuring that all parties have the necessary information to prepare competitive proposals. This document is a vital part of the RFP process, aiding in maintaining an equitable bidding environment and supporting government accountability through clear communication channels.
    The document outlines a series of Requests for Proposals (RFPs) and associated governmental project specifications primarily focusing on various maintenance, repair, and upgrade tasks within a military or industrial context. The tasks include reconfiguration of lube oil supply piping, electrical modifications, installation of protective equipment, maintenance of heat exchangers, and improvements in safety features, such as the incorporation of hazardous material handling and waste disposal services. Key activities specified include optimizations for operational efficiency (e.g., sea water flow adjustments), upgrades to existing technologies (e.g., installation of electronic fluid coolers), and a variety of structural or safety enhancements (e.g., addition of protective covers and various repair tasks). The document emphasizes adherence to governmental standards and aims to ensure the readiness and safety of facilities. Overall, this collection of projects reflects the government's commitment to maintaining the integrity and operational readiness of its assets while ensuring compliance with safety regulations and modernization efforts. The range of activities demonstrates the comprehensive nature of the proposals being considered across different sectors and areas of need.
    The document outlines a series of technical specifications and requirements for various government contracts denoted by the codes AWI-0016 through AWI-8401. Each specification pertains to specific maintenance, repair, and installation tasks relevant to military and maritime operations. Key areas of focus include the provision of temporary services, waste disposal, maintenance of electronic systems, upgrades to existing infrastructures, and the implementation of safety protocols. The document encompasses tasks such as inspections, repairs of heat exchangers, installation of protective measures, and other specialized industrial support services, reflecting a strong emphasis on compliance with government regulations and operational readiness. This compilation is intended to guide contractors in fulfilling government RFPs and grant requirements efficiently, ensuring safety and functionality across various military facilities and equipment.
    The document comprises several cost exhibits related to federal contract N00024-19-R-2320, detailing the proposal's financial aspects for potential contractors. It outlines various cost elements, including direct labor, indirect costs, and other direct costs across multiple fiscal years (CFY). Each exhibit presents cost summaries—Exhibit L001 summarizes the total proposal contract value, specifying labor hours and rates, which all currently stand at $0, indicating no projected expenses. Exhibit L002 provides a summary of CLIN (Contract Line Item Number) pricing, while Exhibit L003 offers a breakdown of costs associated with specific CLINs. Exhibits L004 and L005 focus on historical and proposed indirect rates and expense schedules. They require contractors to adjust costs according to their accounting systems and propose rates for appropriate considerations. The document's structured format encourages clarity in presenting cost-related proposals, necessary for successful bid submissions in government contracts, reinforcing compliance and accountability in financial reporting within the context of federal RFPs and grants. Ultimately, it underscores the required details for potential offerors to align their proposals with government expectations.
    The document N00024-25-R-2301 Attachment S-4 outlines the Contractor Compliance Checklist required for Offerors submitting proposals connected to federal RFPs and grants. It mandates the completion of several key disclosures, including a Pre-Award Disclosure Statement, along with specific approvals from the Cognizant Administrative Contracting Officer (ACO) regarding the accuracy of financial disclosures and systems in place. The checklist includes sections for documenting the dates of approvals for accounting, purchasing, and estimating systems, as well as compliance with Equal Employment Opportunity (EEO) regulations. Each Offeror must provide explanations if any approvals were not granted. This requirements checklist aims to ensure transparency and adherence to regulations in government contracting, promoting compliance and accountability among contractors. Overall, it serves as a critical tool for assessing contractor eligibility and validating their operational systems prior to the awarding of government contracts.
    The document, identified as N00024-25-R-2301 Attachment S-5, serves as a Contractor Award Announcement Information form that must be completed by each Offeror submitting a proposal in response to the solicitation. It outlines the required entries from the prime contractor, including the full name and address, the locations where work will be performed along with the corresponding percentages that should total 100%. Additionally, Offerors must provide contact details for the point of contact concerning any potential contract award. The structure is straightforward, guiding contractors to give essential information about their proposal's location and management, which is critical for the evaluation process within federal and local RFP contexts, emphasizing accountability and transparency in contractor selection for government projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the USS CURTIS WILBUR, a guided missile destroyer, ensuring it meets the Navy's operational standards. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701, or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil or 619-261-5728 for further details.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the vessel, ensuring it meets the necessary standards for naval operations. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil for further details regarding this opportunity.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The services are critical for the maintenance and repair of naval vessels, ensuring operational readiness and safety. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701 for further details regarding this opportunity.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for the maintenance and operational readiness of the USS CURTIS WILBUR, a guided missile destroyer, and will take place in San Diego, California. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil for further details.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This sole source contract action aims to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The services are critical for the maintenance and repair of the USS CURTIS WILBUR, ensuring its operational readiness and longevity. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil for further details regarding this opportunity.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This sole source contract action aims to add a new work item to an existing firm fixed price contract with NASSCO, which is currently performing urgent ship repairs in its shipyard, making it impractical for other companies to undertake the necessary work. The availability is critical for completing essential upgrades before deployment, ensuring the ship's operational capability and mission readiness. Interested parties can contact Kristin Porter at kristin.n.porter2.civ@us.navy.mil or 619-571-5701 for further details regarding this procurement.
    USS JOHN P MURTHA (LPD 26) FY27 Docking Selected Restricted Availability
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting market research for the FY27 Docking Selected Restricted Availability (DSRA) of the USS JOHN P MURTHA (LPD 26), with a focus on identifying industry capabilities for maintenance and modernization work. The anticipated contract will involve approximately 158,000 man-days for maintenance and 26,000 for modernization, including significant repairs to the ship's hull structure, propulsion, and various systems, with a contract type expected to be firm-fixed price. This initiative is part of a pilot program aimed at enhancing planning and coordination between the Navy and contractors, with the RFP release anticipated in August 2026. Interested parties must submit their letters of interest by January 8, 2026, to the designated contacts, Brian Romano and James Thomas, via the provided email addresses.
    USS FORREST SHERMAN FY22 EM01 J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the emergent repair of the USS FORREST SHERMAN, with the work to be performed at the Mid Atlantic Regional Maintenance Center in Norfolk, Virginia. This procurement involves non-nuclear ship repair services, which are critical for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Lyn E. Sylfest at lyn.sylfest@navy.mil or by phone at 757-434-0891 for further details regarding the contract. The opportunity is categorized under PSC code J998, indicating its focus on ship repair services.
    Justification and Approval - N4523A23C0561
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the repair, maintenance, and modernization of the USS SAMPSON (DDG 102) as part of its Fiscal Year 2023 Selected Restricted Availability. This opportunity involves a contract awarded under the Justification and Approval process, focusing on non-nuclear ship repair services at the Puget Sound Naval Shipyard in Everett, Washington. The successful contractor will play a crucial role in ensuring the operational readiness and longevity of naval assets. Interested parties can reach out to Charles Smith at charles.r.smith1021.civ@us.navy.mil or by phone at 360-633-9342, or contact Cheri Richards at cheri.r.richards.civ@us.navy.mil or 425-304-5522 for further details.