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

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERCORONA, CA, 92878-5000, USA

NAICS

Boat Building (336612)

PSC

SMALL CRAFT (1940)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot Dive Support Boat, specifically designed for underwater maintenance and repair operations for the U.S. Navy. The contract includes comprehensive responsibilities for the design, construction, and delivery of the vessel, which must adhere to stringent specifications and safety regulations, ensuring operational readiness for dive support missions. This specialized boat will play a critical role in supporting Navy divers during submarine repairs and inspections, emphasizing the importance of durability and compliance with environmental standards. Interested contractors, particularly those classified as Historically Underutilized Business (HUBZone) entities, should contact Robert Soto at robert.soto76.civ@us.navy.mil or Julian Garibay at julian.p.garibay.civ@us.navy.mil for further details, with proposals due by March 28, 2025.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Dry-Dock: USCG ANT PANAMA CITY (49415) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for dry-dock repairs to the 49-foot Buoy Utility Stern Loading boat (BUSL 49) as part of its FY2025 availability program. The procurement involves comprehensive repair and maintenance tasks, including general welding, ultrasonic testing, and hull inspections, with a strong emphasis on compliance with safety protocols and quality assurance standards. This contract is crucial for maintaining the operational readiness and integrity of USCG vessels, ensuring they meet regulatory requirements and performance standards. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their bids by March 7, 2025, with the contract period running from May 1, 2025, to September 30, 2025. For further inquiries, contractors can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.
    Multi-Mission AUTEC Range Vessel (MARV)
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking information regarding the acquisition and conversion of an Offshore Supply Vessel (OSV) for the Multi-Mission AUTEC Range Vessel (MARV) to support the U.S. Navy's Atlantic Undersea Test and Evaluation Center (AUTEC). The procurement aims to gather insights on various acquisition strategies, including the purchase of a vessel as-is or with necessary modifications to meet Navy requirements, focusing on capabilities such as dimensions, operational readiness, and compliance with regulatory guidelines. This vessel will play a crucial role in anti-submarine warfare training and the deployment and retrieval of unmanned vehicles. Interested parties are encouraged to submit relevant vessel data and company experience by contacting Brian Stocker at brian.j.stocker.civ@us.navy.mil or Steven Noel at steven.w.noel.civ@us.navy.mil, with the expectation of a Request for Proposal (RFP) issuance in Fiscal Year 2026 and contract awards in Fiscal Year 2027.
    Unmanned Hyperbaric Systems Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Unmanned Hyperbaric Systems Support Services through a firm-fixed price, multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The procurement aims to secure comprehensive support services that are critical for the maintenance and operation of unmanned hyperbaric systems, which play a vital role in various defense operations. Interested offerors must adhere to specific submission requirements, focusing on evaluation factors such as Technical Capability, Key Personnel, Safety, Small Business Utilization, Past Performance, and Price, with proposals due by March 24, 2025. For further inquiries, potential bidders can contact Matthew Duong at matthew.h.duong.civ@us.navy.mil or Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil.
    Maintenance, Repair, and Preservation of YT-800 ROH
    Buyer not available
    The Department of Defense, specifically the Puget Sound Naval Shipyard, is soliciting proposals for the maintenance, repair, and preservation of the YT-800 vessel. This contract, set aside for small businesses, requires contractors to provide comprehensive services including hull maintenance, system repairs, and thorough inspections, ensuring adherence to safety and environmental regulations. The importance of this procurement lies in maintaining the operational readiness and integrity of naval vessels, which are critical to national defense. Interested contractors must submit their proposals by March 17, 2025, and can direct inquiries to Alice Robertson at alice.n.robertson.civ@us.navy.mil or Christopher Davidson at christopher.t.davidson7.civ@us.navy.mil for further information.
    Sources Sought for Dry Dock and Shipyard Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers' New Orleans District, is seeking potential vendors for Dry Dock and Shipyard Services through a sources sought notice. The procurement aims to establish a Blanket Purchase Agreement (BPA) for the maintenance, inspections, and emergency repairs of various government vessels, including survey boats and barges, ensuring they are returned in optimal condition while adhering to regulatory standards. Interested parties are encouraged to submit a capabilities statement detailing their relevant experience and qualifications by March 31, 2025, with the anticipated contract set to begin in January 2026. For further inquiries, interested vendors can contact Taylor H. Brandon at taylor.h.brandon@usace.army.mil or Karen D. Hargrave at karen.d.hargrave@usace.army.mil.
    Dry-Dock: USCG STA BELLINGHAM (45688) FY25 UPDD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for dry-dock repairs at the USCG Station Bellingham under the solicitation titled "Dry-Dock: USCG STA BELLINGHAM (45688) FY25 UPDD." The procurement aims to secure a contractor capable of performing unplanned underwater body repairs on the Coast Guard's RB-M 45 vessels, which includes tasks such as welding, ultrasonic testing, and hull inspections, all while adhering to safety and quality standards. This contract is crucial for maintaining the operational readiness of the Coast Guard fleet, ensuring compliance with federal regulations and operational standards. Interested small businesses must submit their proposals electronically by March 4, 2025, with an anticipated award date of March 11, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.
    Underwater Training Targets
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified sources to provide Underwater Training Targets Support Services for the Explosive Ordnance Disposal Training and Evaluation Unit TWO (EODTEU TWO). The procurement aims to transport and deliver underwater training targets, including large exercise mine-like objects weighing up to 12,000 pounds, utilizing a licensed vessel for scheduled waterborne events. This initiative is crucial for enhancing the Navy's training capabilities in underwater ordnance and mine countermeasures while ensuring compliance with safety and operational standards. Interested businesses must submit a capabilities statement by February 25, 2025, to Sherell Brown at sherell.g.brown.civ@us.navy.mil, with the anticipated contract starting on July 2, 2025, and lasting five years, potentially extending for an additional six months.
    PMS-390 Industry Day Questions
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is hosting an opportunity for contractors to engage in the Dry Deck Shelter Maintenance Program and Submarine Rescue Operations and Maintenance contracts. The procurement aims to clarify expectations and timelines for these sophisticated naval operations, with a Request for Proposal (RFP) anticipated in Q4 2024 and contract execution expected in Q3 2026. This initiative is crucial for maintaining operational readiness and ensuring the effectiveness of submarine rescue capabilities. Interested parties can reach out to William Martin at william.r.martin7@navy.mil or 202-781-2497, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    Endeavor Boat Repairs & Modifications
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide maintenance, repair, and modifications for the vessel "R.V. Endeavor." The project includes tasks such as hull repair, exterior painting, mechanical work, window replacements, and updates to navigation electronics, all aimed at ensuring the vessel's operational safety for environmental monitoring purposes. This procurement is critical for maintaining government assets and enhancing their operational capabilities, with a Firm Fixed Price Purchase Order expected to be awarded. Quotes are due by 3 PM PDT on March 25, 2025, and interested contractors should contact Sherry Heibeck at SHeibeck@usbr.gov or call 916-978-6188 for further details.