60' Dive Support Boat
ID: N6426725Q5016Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERNORCO, CA, 92860, USA

NAICS

Boat Building (336612)

PSC

SMALL CRAFT (1940)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
  1. 1
    Posted Feb 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center, is soliciting proposals for the design and construction of a 60-foot Dive Support Boat intended for underwater maintenance and repair operations. This procurement is set aside for Historically Underutilized Business (HUBZone) firms, emphasizing the need for compliance with specific operational and technical requirements, including a maximum of 350 engine hours at delivery and adherence to stringent construction materials standards. The Dive Support Boat will play a critical role in supporting U.S. Navy divers during missions, ensuring operational readiness and safety. Interested contractors must submit their proposals by April 17, 2025, at 2:00 PM PDT, and can direct inquiries to Robert Soto at robert.soto76.civ@us.navy.mil or Julian Garibay at julian.p.garibay.civ@us.navy.mil.

Files
Title
Posted
Apr 11, 2025, 3:13 PM UTC
The document N6426725Q5016 pertains to a government Request for Proposal (RFP) for the procurement of a 60-foot dive support boat and related services. It includes a detailed Contract Line Item Number (CLIN) pricing chart where contractors are required to fill in pricing for various items, including the boat, a cold weather enclosure, and engineering services. Each CLIN specifies a unit price and total price but currently lists all items as $0.00, implying that the contractor must provide these figures. Additionally, the document outlines a comprehensive spare parts list for the dive boat, including essential components like filters and pumps, necessary for maintenance and operation for one year or up to 2,000 hours. The document also highlights the expected labor and material costs associated with engineering and industrial services needed over a given period. Overall, the document aims to guide contractors in preparing their bids under the RFP, emphasizing transparency in pricing and the completeness of the service and parts offered, which are critical for fulfilling the contract terms effectively.
The document addresses a correction to an expression used in calculations for physical systems, specifically stating that the correct formula should be T = kB/GM^(0.5). It references the PNA (1988) and the NAVSEACOMBATSYSSENGSTA 60-167 "Inclining Experiment Procedure" for the accurate representation of the formula on page 27. This correction is significant for ensuring the precision of mathematical calculations in studies or experiments related to naval and combat systems, underlining the importance of maintaining accurate and consistent methodologies in federal projects. Accurate calculations are crucial for the integrity of RFPs and related federal or state grants, as they can impact the effectiveness and safety of government-funded initiatives.
The Technical Memorandum titled "Hoisting System Design and Certification Process Guidance" serves as a comprehensive guide for the design, fabrication, installation, and testing of hoisting systems used for boat and craft lifted by the U.S. Navy. As safety is paramount, the document emphasizes best design practices to mitigate risks such as catastrophic failures and personnel injuries. It outlines critical steps in the hoisting system design process, including determining lift requirements, calculating loads, selecting sling assembly hardware, and verifying system integrity through tests and documentation. Key considerations include the necessity of safety factors for different lifting scenarios, the importance of hoisting fittings being integrated into the overall boat design, and adherence to specific standards such as Naval Ships Technical Manual Chapter 583. The guide covers materials options—steel, aluminum, and composite—as well as structural alignment to ensure load paths support stability and integrity. Including worked examples, design tips, and labeling guidelines, this document is aimed at assisting builders and designers in meeting Navy standards while accommodating potential weight growth over the service life of the craft. Overall, it reflects the Navy's commitment to enhancing operational safety through rigorous hoisting system standards.
The Technical Memorandum NSWCCD-23-TM-2009/58 Rev B outlines essential design guidelines for electrical systems on U.S. Navy boats. Authored by Kevin Burns, the document aims to assist boat builders, designers, and engineers in the safe installation, inspection, testing, and certification of these systems. Key components covered include design standards, electrical system requirements, material selection, installation practices, and testing protocols. The memorandum emphasizes the need for ungrounded power systems to enhance reliability and safety, along with detailed specifications for DC and AC electrical systems tailored to different types of boat configurations. It provides criteria for circuit breakers, cables, switches, and battery configurations while acknowledging the unique marine environment's challenges. Moreover, the document serves as a non-binding guide, outlining best practices and promoting efficient collaboration among industry stakeholders to ensure compliance with Department of Defense and civilian standards. Ultimately, this memorandum consolidates Navy-specific preferences and expectations to foster safety and effectiveness in the delivery of naval boats and craft.
The document serves as a technical memorandum outlining the procedure for verifying the ungrounded electrical system of U.S. Navy small boats. This verification is critical to ensure that the boat's hull or bonding system remains free from battery bank negative polarity, thus ensuring personnel safety and operational integrity. The memorandum details a step-by-step testing process, including prerequisites like battery voltage checks, electrical resistance measurement, and leakage current testing for both starting and house battery banks. Specific equipment required for testing is listed, alongside safety precautions and troubleshooting guidelines. The document emphasizes the importance of adherence to these testing procedures to meet government standards and preferences in boat construction, although it notes that the guidelines are not contractually binding unless specified. Key tables outline known grounded equipment and common grounding problems with their resolutions, providing additional context for builders regarding potential issues and their mitigation. Overall, this memorandum is a foundational tool for enhancing the reliability and safety of Navy small craft electrical systems while aligning with federal guidelines and best practices.
The U.S. Navy's Naval Surface Warfare Center's Carderock Division has developed a comprehensive set of example drawings outlined in the "U.S. Navy Boat Example Data Package." This technical memorandum is intended to guide boat builders on the necessary details and quality for technical data deliverables required for U.S. Navy boats. The sample drawings include hull, mechanical, and electrical arrangements, along with specific details that must be incorporated into the as-built drawing packages. The guidance provided does not replace contract requirements but reflects accepted practices favored by the government. The document emphasizes the builder's responsibility to supply sufficient detail for aspects like acceptance, training, maintenance, and modifications of the delivered vessels. It provides insight into acceptable drawing standards and the critical need for clarity in logistics regarding components outlined in the accompanying parts list. Additionally, it expresses the importance of communication regarding any technical conflicts with existing contract requirements. Overall, this memorandum supports the U.S. Navy’s procurement processes by ensuring a consistent standard in boat design and construction documentation.
The "Small Craft Transportability Design and Certification Process Guidance" document provides essential design and certification protocols for the safe and efficient transportation of U.S. Navy craft via over-the-road, maritime, and internal air transport. Authored by Michael Rugnetta at the Naval Surface Warfare Center, Carderock Division, the memorandum outlines a structured approach that includes transportation modes, required documentation, and specific design parameters to ensure compliance with various safety and operational standards. It delves into the responsibilities of designers and Technical Points of Contact in maintaining clear communication and documentation for successful transport certification. The guidance emphasizes the importance of weight definitions, dimension requirements, restraint system designs, and necessary testing protocols. It covers specific transport requirements for each mode, detailing considerations for craft interface, terrain types, and regulatory compliance. Additionally, it highlights the critical role of collaborative teams in the acquisition and delivery process, aiming to mitigate risks associated with transport operations. By compiling best practices and technical data, the document serves as a practical tool for builders and engineers, fostering the development of craft that meet Navy standards for transportability and safety.
The Technical Memorandum NSWCCD-23-TM-2009/65 Rev C provides comprehensive guidance for the design, installation, testing, and certification of towing fittings on U.S. Navy boats and craft. It aims to enhance safety and functionality, emphasizing the importance of robust design methodologies and quality fabrication standards to prevent catastrophic failures during towing operations. Key topics discussed include the identification of towing requirements, determination of towing forces and design loads, and best practices for designing and fabricating towing fittings. The document outlines the entire towing system design process, covering aspects such as selecting appropriate materials, ensuring structural integrity, and implementing effective testing protocols. Specific safety factors for different materials and fittings are detailed to mitigate risks. The guidance also includes essential information about documentation, labeling of fittings, and compliance with relevant standards. While non-binding, this guidance encapsulates the Navy's preferences and operational expectations, intending to standardize practices across boat builders and reduce occurrences of design flaws. The document serves not only as a tool for compliance but also as a reference for continuous improvement in naval engineering practices related to towing systems.
The document outlines guidance for the design, integration, installation, inspection, and acceptance of mechanical systems for U.S. Navy craft, primarily directed at boat builders and engineers. It aims to standardize practices, enhance reliability, reduce maintenance, and improve overall performance throughout the craft's lifecycle. Key areas covered include equipment specifications, installation practices, noise and vibration control, and safety standards. The guidance emphasizes adherence to OEM specifications for machinery installations to ensure optimal performance and warranty protection. Proper access for maintenance, high-quality workmanship, and corrosion resistance are prioritized to guarantee longevity and safety. The document integrates best practices from prior Navy programs and references established standards to improve design and fabrication processes. It addresses specific technical aspects such as the selection of materials, fasteners, and piping requirements, while underscoring the importance of alignment and installation protocols. Ultimately, the document serves as a non-binding educational resource for contractors participating in federal projects under the General Services Administration system, aiming to optimize naval craft construction while emphasizing safety and operational efficiency.
The document titled "Mooring Fitting Design and Verification Process Guidance" by the Naval Surface Warfare Center aims to provide comprehensive guidance to designers and engineers in the U.S. Navy and industry on the safe design, installation, and verification of mooring fittings for boats and craft. It addresses critical safety concerns associated with flawed mooring fitting designs which could lead to severe accidents. Key topics include the classification of vessels by 'Category of Service' (1, 2, or 3), which informs the design requirements based on environmental conditions. The guidance outlines procedures for determining mooring restraint loads from craft weight, wind, and current, and emphasizes proper arrangements and sizing of mooring lines and fittings. Essential design considerations entail factoring in safety margins, material selection, and structural integrity of mooring components. Additionally, the process includes verification methods through testing and documentation, highlighting the need for collaboration among project stakeholders. Emphasizing best practices while allowing flexibility for varied design strategies, this document serves as a crucial resource for ensuring safety and compliance within government contracts and project proposals related to naval operations.
The document, "Weight Management Process Guidance for Boats and Craft," published by the Naval Surface Warfare Center Carderock Division, serves as a comprehensive guide for U.S. Navy designers and engineers in the effective management of weight throughout the crafting and construction of naval vessels. The report emphasizes the importance of accurate weight prediction and control, which are vital for ensuring that performance specifications are met while avoiding costly modifications due to unforeseen weight increases. Key topics include understanding design requirements, developing precise weight estimates, implementing systematic tracking, and effectively reporting weight-related data. The document outlines a structured approach to weight management, detailing phases from concept to construction, and discusses the establishment of appropriate margins and allowances to accommodate uncertainties in design. Furthermore, the guidance highlights best practices for weight estimating methodologies, emphasizing the collaborative nature of building successful crafts. It also provides a framework for documenting weight information and adherence to specifications. This report is essential in advancing compliance with engineering standards and ensuring the successful delivery of boats and craft fit for operational purposes, aligning with broader governmental goals for efficiency and effectiveness in defense acquisitions.
Apr 11, 2025, 3:13 PM UTC
The NSSF New London 60-foot Dive Support (60DS) Boat Specification outlines the requirements for designing and constructing a specialized vessel for the United States Navy. This boat is intended for dive operations, supporting tasks such as submarine repairs, inspections, and equipment installations. Key requirements include operational capabilities, size specifications, environmental resilience, and compliance with various industry standards. The vessel must accommodate specific Navy diver equipment, maintain a 25-30 year service life, and support a team of divers and crew for extended missions. The document details structural and mechanical standards, including those for propulsion and electrical systems, ensuring safety and durability. It emphasizes accessibility for maintenance, sound levels, and effective handling of hazardous materials. Essential elements for safety and operation, such as noise control, fire resistance, and corrosion prevention, are also covered. Furthermore, the specification outlines testing and inspection protocols, ensuring accountability throughout the construction process. Overall, this comprehensive specification serves as a critical framework for contractors responding to the government RFP, emphasizing the Navy's operational needs and sustainability within military dive support missions.
Apr 11, 2025, 3:13 PM UTC
The document outlines a production schedule related to the delivery and fabrication of a boat (CLIN 0001) by the government, specifically in Groton, CT. It details a series of key phases that include a Design Maturity Review, the receipt of major components such as engines and generators, the start of hull fabrication, and the final delivery of the boat. Each event is relative to a timeline measured in "Days After Contract Award" (DAC). Notably, the Design Maturity Review occurs as a singular event while the major components' delivery is dependent on timelines set by suppliers. The annotation of DAC provides a standard for evaluating progress and tracking project milestones, ensuring compliance with contract stipulations while facilitating effective resource management in government contracting processes. The document serves as an essential guide for stakeholders in managing expectations and coordinating efforts throughout the boat production and delivery phases.
Apr 11, 2025, 3:13 PM UTC
The document outlines the requirements for Offerors responding to solicitation N6426725Q5016 regarding the identification and assertion of restrictions on technical data, computer software, or documentation. It mandates that Offerors must disclose any restrictions on use, release, or disclosure of such materials, using a specified format to provide relevant details, including the basis for asserted rights and any applicable categories of restrictions. The failure to submit this information can lead to ineligibility for contract awards. If awarded, Offerors must ensure these assertions are documented in the contract attachment. Additionally, a narrative detailing the offered rights, particularly if they're other than Unlimited or Government Purpose Rights (GPR), is required to explain how the Government can maintain and repair the associated vessel and systems. The primary purpose of this document is to ensure transparency about intellectual property rights in government contracts, facilitating proper management and compliance with federal requirements in RFPs.
Apr 11, 2025, 3:13 PM UTC
The document outlines the requirements for Offerors to submit past performance information as part of a federal government Request for Proposal (RFP). Specifically, Offerors must provide details for their three most recent relevant contracts, ensuring that only the requested information is included. Additionally, if a major subcontractor will be performing over 50% of the work, at least one relevant past performance record for that subcontractor must also be submitted. The Offeror is required to include contact information for past performance references, which must be current and willing to engage with evaluators regarding their performance. This structured request aims to assess the Offeror’s capability to fulfill contract obligations based on previous experiences, fostering transparency and accountability in the selection process.
Apr 11, 2025, 3:13 PM UTC
The document outlines the responses to questions regarding Solicitation RFQ N6426725Q5016, a contract for boat delivery, which is a 100% HUBZone set-aside. Key requirements include engine hours of no more than 350 at delivery, with no flexibility on this rule, and specifications for construction materials, confirming that ABS spec fiberglass is not permissible. Bidders are directed to utilize a pricing chart (Attachment 13) for cost estimation of engineering and industrial services, and the responsibility for all costs, including potential tariffs, lies with the contractor as the bidding is under a Firm Fixed Price contract. The document also details a request for specific military specifications and protocols for boat construction, some of which will be provided with the solicitation amendment. Importantly, to qualify for the HUBZone contract, businesses must be officially designated as HUBZone small businesses at the time of their offer. Overall, the document emphasizes compliance with detailed specifications and responsibilities for bidders as part of the procurement process.
Apr 11, 2025, 3:13 PM UTC
The document is a draft Request for Quotations (RFQ) for a 60-foot Dive Support Boat, outlining specific technical specifications that prospective contractors must address in their proposals. Key parameters include various dimensions of the boat, such as length, beam, and height, as well as performance metrics like sprint speed and fuel capacity. Offerors are instructed to provide detailed responses to these specifications and confirm compliance with all requirements by marking "Comply." Additionally, the RFQ emphasizes the importance of demonstrating that the proposed diesel engines and generator sizes will meet the performance criteria outlined. Incomplete submissions may be deemed non-compliant, impacting evaluation outcomes. The document's structured approach ensures that all technical factors are systematically addressed, reflecting the government's rigorous standards for procurement processes in maintaining operational readiness for dive support missions.
Apr 11, 2025, 3:13 PM UTC
The document outlines the electrical load specifications for various 120VAC and 240VAC systems aboard a marine vessel, identifying key components and their respective usage factors under different operational conditions. It details the power requirements for HVAC systems, receptacles, pumps, and heaters, providing adjusted load metrics for various scenarios like shore power, transit, and dive operations. Furthermore, it notes the specifications for 480VAC loads, including receptacles and pumps, along with their operational dependencies. The primary aim of the document is to ensure clarity in electrical load distribution and management for the vessel’s power systems, conducive to fulfilling government standards or requirements outlined in federal grants or local RFP processes. The structure categorizes the loads by voltage and phase, facilitating an understanding of energy consumption and efficiency while ensuring the vessel operates within safe limits. This comprehensive analysis supports effective resource management essential for operational readiness and aligns with governmental oversight in promoting safety and compliance in marine operations.
Apr 11, 2025, 3:13 PM UTC
The document outlines the requirements for Unique Item Identification (UID) marking for a federal contract, emphasizing compliance with the Department of Defense's UID guidelines. Contractors are responsible for ensuring that UID markings are globally unique and remain legible throughout the item’s lifecycle. Key details include the necessity of marking the UID data elements using a Data Matrix ECC200 symbol in accordance with MIL-STD-130 standards, and the need for human-readable information where feasible. Contractors must submit a listing of UID materials and their proposed identifiers for approval, prior to label printing. Importantly, the document specifies the proper construction of UID, including the use of the Contractor's Enterprise Identifier and specified item numbers. Additionally, the UID shall be verified during pre-delivery inspections. The protocol outlines submission procedures for UID registration in the IUID Registry, including timelines for entering child UID data post-certification. Overall, the document serves to ensure that tangible items associated with the contract are distinctly identified, thus facilitating effective tracking, management, and compliance with Defense procurement regulations.
Apr 11, 2025, 3:13 PM UTC
This document is a comprehensive spares parts list for a 60-foot Dive Support Boat, detailing necessary components for maintenance and repairs to various systems including engines and pumps. It includes parts for Cummins Engines, Kohler Generators, HP Bauer Dive Compressors, and miscellaneous items relevant for boat operation. Each section specifies the quantity of parts required, such as oil filters, fuel filters, air filters, pumps, and zink sets, with an indication of a one-year or 2000-hour supply period for many consumables. This list serves as a critical resource for procurement within federal or local government contracts, ensuring the safety and operational efficiency of marine vessels. It emphasizes the need for proper inventory and timely replacement of essential components to maintain functionality and compliance with regulatory standards in maritime operations.
Apr 11, 2025, 3:13 PM UTC
Apr 11, 2025, 3:13 PM UTC
The document outlines the warranty terms for boats delivered under a federal contract, specifically focusing on the obligations of the Contractor towards the Government. It defines key terms such as "Acceptance" and "Defect" and explicates the Contractor’s responsibilities, including providing a full warranty covering all systems and components of the boats, beginning from their service date with the Navy. The Contractor must promptly remedy any defects at no additional cost within the warranty period, which is set at a minimum of 12 months. The document also stipulates that defects discovered by the Government must be reported within a specified timeframe, with the Contractor required to respond with corrective actions. Moreover, the warranty includes provisions for documentation, the establishment of a warranty correction program, and the employment of a Warranty Engineer for effective communication and defect resolution. The rights of the Government regarding remedies are detailed, emphasizing that costs incurred for correcting defects will not increase the contract price. Overall, this warranty framework ensures that the Contractor maintains accountability for the quality of the delivered boats, aligning with best practices in government contracting.
Jan 24, 2025, 9:04 PM UTC
The document outlines the requirements for the procurement of a 60’ dive support boat for the U.S. Navy, emphasizing its role in supporting Navy divers with essential maintenance, repair, and diving operations. The contractor is responsible for the design, construction, delivery, and management of the boat, including proper documentation and compliance with specifications. Key components of the Statement of Work include provisions for a cold weather enclosure, engineering and industrial services, pre-delivery inspections, trials, and crew training. The contract stipulates a rigorous project management structure, requiring a Post Award Conference, Design Maturity Review, and detailed Technical Data Package submissions. Payments are structured through a series of milestones linked to project deliverables. The contractor’s obligations extend to warranty provisions, spare parts supply, cybersecurity data collection, and compliance with data rights guidelines. The Government expects a high-quality boat delivered fully operational, with inspections ensuring adherence to specifications prior to acceptance. This procurement process exemplifies federal contracting practices aimed at enhancing naval operational readiness through strategic asset acquisition.
Apr 11, 2025, 3:13 PM UTC
This document is an amendment to a government solicitation for contract N6426725Q5016, specifically issued by the Naval Surface Warfare Center Corona Division. It serves to extend the solicitation period and introduce new instructions on obtaining export-controlled technical data. The response deadline has been adjusted from March 24, 2025, to March 28, 2025, at 12:00 PM. Additionally, it outlines the qualifications necessary for U.S. contractors to access export-controlled data, including the requirement for certification through DD Form 2345 and adherence to U.S. export control regulations. Contractors must ensure compliance with specific conditions regarding the handling and dissemination of sensitive information. The document highlights the importance of proper procedures to maintain security and legality in government contracting processes regarding sensitive data. Overall, it reinforces the necessity for qualified contractors to engage appropriately with export-controlled technical information to participate in government projects.
Apr 11, 2025, 3:13 PM UTC
This document details an amendment to a solicitation for a contract managed by the Naval Surface Warfare Center Corona Division. The primary purpose of the amendment is to revise the Federal Acquisition Regulation (FAR) clauses, add additional attachments, update instructions to offerors, and extend the solicitation period. Key changes include the response deadline adjustment from March 28, 2025, to April 4, 2025, and the incorporation of updated clauses in the contract terms, focusing on compliance with various federal regulations regarding contractor responsibilities, including the prohibition of contracts with certain foreign entities, and requirements for small business participation. The document also outlines a series of classifications and requirements related to the type of businesses that can apply, such as small, veteran-owned, and economically disadvantaged categories. Furthermore, it lists numerous attachments providing detailed specifications for a Dive Support Boat project, highlighting critical elements like technical specifications, spare parts lists, and warranty terms. Overall, this amendment reflects the government's intent to ensure compliance with procurement laws while facilitating transparency and accessibility for potential offerors.
Apr 11, 2025, 3:13 PM UTC
This document is an amendment to a federal solicitation issued by the Naval Surface Warfare Center Corona Division, effective April 10, 2025. Its primary purpose is to update Section L, Instructions to Offerors, and extend the deadline for submissions from April 4, 2025, to April 17, 2025, at 2:00 PM PDT. The amendment specifies that partial quotes will not be accepted, and to be considered, offers must comply with various requirements, including active registration in the System for Award Management (SAM). Offerors are responsible for reviewing the solicitation for updates and must provide detailed information, including a CAGE Code, pricing, delivery schedules, and responses to several required attachments that cover specification parameters, warranty terms, and past performance. Additionally, the document outlines stringent guidelines on acceptable products, mandating that items must be new and from authorized manufacturers only, with no gray market items permitted. Offering and submission procedures are emphasized, detailing the consequences of non-compliance. The solicitation's adjustments focus on ensuring a fair and responsive procurement process while maintaining government regulations and standards.
Apr 11, 2025, 3:13 PM UTC
The document outlines a Request for Quote (RFQ) concerning the procurement of a 60-foot aluminum Dive Support Boat for the U.S. Navy, specifically for use in underwater maintenance, repair, and cleaning operations. The primary contractor is responsible for the boat's design, construction, and delivery, adhering strictly to the defined specifications and contract requirements. Critical tasks include conducting a Post Award Conference, Design Maturity Review, and Pre-Delivery Inspections, with a focus on ensuring all components meet U.S. Navy standards. Additionally, the contractor must provide various engineering and industrial services, including crew training and familiarization sessions. Specifications emphasize environmental protection during construction, adherence to safety regulations, and proper packaging and shipping of the final product. The document further mandates unique identification for the boat and equipment, guarantees maintenance support, and outlines the contractual obligations for real-time problem reporting. Ultimately, the RFQ serves to enhance operational effectiveness and readiness of naval forces through the acquisition of specialized tactical support vessels while maintaining compliance with federal procurement standards and safety regulations.
Lifecycle
Title
Type
60' Dive Support Boat
Currently viewing
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
60' Dive Boat
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is seeking information from potential vendors regarding the procurement of a 60-foot Dive Boat intended for Navy Dive Lockers and Regional Maintenance Centers. The RFI outlines specific requirements for the boat, including a 60 ft aluminum monohull construction, a minimum payload capacity of 5,990 lbs, and essential features such as twin diesel engines, a complex electrical system, and dive support equipment. This initiative is part of the Navy's operational needs to enhance marine transport and logistical recovery capabilities, with a potential contract award planned for FY25. Interested parties are encouraged to submit their capabilities, production details, and cost estimates by October 31, 2024, and can contact Colin Dwyer or Julian Garibay for further information.
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, scheduled between May 5 and May 24, 2025. The contractor will be responsible for cleaning the underwater surfaces of the vessel, renewing zinc anodes, and ensuring compliance with Coast Guard standards while preserving existing coatings. This procurement is critical for maintaining the operational readiness and integrity of the vessel, which is essential for maritime safety and security. Interested contractors must submit their firm fixed price proposals by April 18, 2025, at 12:00 PM EST, and can direct inquiries to Cornelius Claiborne at cornelius.N.claiborne@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.
Non-Skid Replacement, Preservation, and Maintenance of District Crafts
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking qualified contractors for the non-skid replacement, preservation, and maintenance of various small crafts. The procurement involves performing maintenance work on small boats, including harbor security boats and utility boats, with specific requirements outlined in the Statement of Work (SOW) and additional specifications provided in attached documents. This initiative is crucial for maintaining the operational readiness of the Navy's small craft fleet, ensuring compliance with safety and environmental standards. Interested small businesses must submit proposals by April 21, 2025, with a maximum contract ceiling of $5 million and an ordering period extending until August 2, 2028. For further inquiries, contractors can contact Jeff Jaeckel at jeff.a.jaeckel.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
20--HUB AND CYLINDER AS
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of HUB AND CYLINDER AS components through a firm-fixed-price contract. This procurement aims to fulfill specific quality and design requirements, ensuring that the items meet the standards set forth by the Navy, including compliance with applicable military specifications and standards. The HUB AND CYLINDER AS components are critical for ship and boat propulsion systems, underscoring their importance in maintaining naval operational capabilities. Interested vendors must submit their proposals via NECO or email to the primary contact, Alexander Craft, at alexander.craft@navy.mil, with a focus on demonstrating their status as authorized distributors of the original manufacturer's items. The contract details and requirements are outlined in the solicitation, which emphasizes the need for adherence to quality assurance and inspection protocols.
Diver Hull Clean, Inspect & Zinc Anodes Renewal
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the Diver Hull Clean, Inspect & Zinc Anodes Renewal project for the USCGC WILLIAM TRUMP (WPC 1111) in Key West, Florida. The contractor will be responsible for performing underwater cleaning, inspections, and renewing zinc anodes, adhering to established Coast Guard maintenance procedures, with the work scheduled between May 19 and May 23, 2025. This procurement is critical for maintaining the operational readiness and integrity of Coast Guard vessels, ensuring they meet safety and performance standards. Interested contractors must submit their firm fixed-price proposals by April 18, 2025, at 12:00 PM EST, and can direct inquiries to Cornelius Claiborne at cornelius.N.claiborne@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.
U.S. Coast Guard Special Purpose Craft – Boarding Team Delivery II and Special Purpose Craft – Law Enforcement Boats, Maintenance and Upgrades
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide maintenance, repair, and upgrade services for its Special Purpose Craft – Boarding Team Delivery II (SPC-BTD II) and Law Enforcement (SPC-LE) boats. The procurement aims to ensure the operational readiness and reliability of these vessels, which are critical for maritime security operations, by performing routine maintenance and emergent repairs at designated sites in San Diego, California, and Chesapeake, Virginia. Interested parties are invited to submit tailored capability statements addressing their experience and capacity to fulfill these requirements by April 14, 2025, at 11:00 AM EST, to the primary contact, Miranda V. Smith, at Miranda.V.Smith@uscg.mil, with a copy to Adam Petty at Adam.F.Petty1@uscg.mil. This opportunity is part of a Total Small Business Set-Aside initiative and will result in a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract over a five-year period.
Overhaul of S/V H.R. SPIES
Buyer not available
The U.S. Army Corps of Engineers, under the Department of Defense, is preparing to solicit bids for the overhaul of the survey vessel H.R. SPIES, which includes comprehensive engineering, design, labor, and materials for necessary repairs. The project entails drydocking the vessel, performing hull maintenance, and executing various repairs, with optional tasks such as replacing hull anodes and repairing struts to be priced separately. This procurement is critical for maintaining the operational readiness of the vessel, which is scheduled to operate in the Delaware River and Bay during Fiscal Year 2025. Interested contractors must submit their bids by April 29, 2025, with a performance period of 30 calendar days following the vessel's delivery to the contractor's yard, and should direct inquiries to Domenic Sestito at domenic.l.sestito@usace.army.mil.
Sources Sought for Pusher Boat Operations
Buyer not available
The Department of Defense, specifically the Navy Region Southwest, is seeking qualified contractors for Pusher Boat Operations Support Services at three naval installations in San Diego, California. The contractor will be responsible for operating and maintaining government-furnished boats, ensuring the safe movement of various marine craft, and conducting daily inspections to uphold navigational safety and operational effectiveness. These services are critical for maintaining the operational schedule of the Commander Third Fleet and ensuring efficient port operations. Interested parties must submit a Capability Statement detailing their qualifications and relevant experience by the specified deadline to Amber Haverstick at amber.m.haverstick.civ@us.navy.mil, with the anticipated contract being a Firm Fixed Price type for a base year and four option years.
DRY DOCK (DD) USCG BLUESHARK DD FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dry dock services for the Coast Guard Cutter BLUE SHARK as part of a federal procurement initiative aimed at supporting small businesses, particularly Women-Owned Small Businesses (WOSB). The contract, classified as a Firm Fixed Price, requires a facility capable of accommodating a minimum water depth of 12 feet and a height clearance of 55 feet, with the performance period set from September 2, 2025, to November 4, 2025. This procurement is critical for maintaining the operational integrity of the vessel through various repair and maintenance tasks, including hull inspections and preservation activities, while ensuring compliance with federal standards and promoting inclusive economic opportunities. Interested contractors can reach out to Kurt Hoyer at kurt.e.hoyer@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details and to participate in the bidding process.
BOAT MOTOR REPLACEMENT AND MAINTENANCE SERVICES
Buyer not available
The Department of Defense, specifically the Commander at the Marine Corps Base Quantico, is seeking small businesses to provide boat motor replacement and maintenance services through a combined synopsis/solicitation. The primary objective is to replace an existing Mud Buddy boat motor on a shallow water patrol vessel and establish a bi-annual maintenance service plan for five years, ensuring compliance with U.S. manufacturing standards. This procurement is critical for maintaining effective law enforcement capabilities within the Conservation Law Enforcement Section, with a firm-fixed price contract expected to be awarded. Interested vendors must submit their quotations by April 18, 2025, at 4:00 PM ET, and direct any questions to Sgt. Lesline Abonwoh at lesline.abonwoh@usmc.mil by April 15, 2025.