USNS William McLean MTA 2025
ID: N3220525R4043Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for maintenance and technical assistance (MTA) for the USNS William McLean (T-AKE 12) for fiscal year 2025. The procurement focuses on shipbuilding and repairing services, requiring contractors to demonstrate their capabilities in dry dock services, safety protocols, and compliance with military operational standards. This opportunity is critical for ensuring the operational readiness and safety of military vessels, with performance expected to take place in Virginia, United States. Interested contractors should direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil, with proposals due by the specified deadlines.

    Files
    Title
    Posted
    The document outlines the Interport Differentials for the USNS William McLean (T-AKE 12) during its Regular Overhaul and Dry Docking process. These differentials, assigned to various ports including Boston, MA ($260,039.00), Charleston, SC ($199,326.00), and Mobile, AL ($451,328.00), will be added to the total price of offers during the evaluation for award purposes, with Norfolk, VA designated as the reference homeport. Offerors not included in the listed ports may request an Interport Differential calculation prior to the solicitation deadline, or the government may prepare one if a request is not submitted in time. The document is structured to specify the financial implications of port selection on bidding for government contracts related to maritime services, emphasizing the importance of location in the competitive evaluation process.
    The MSC Dry Dock Evaluation document outlines the assessment criteria for shipyards providing dry dock services for the Military Sealift Command (MSC). It consists of several parts, including specific ship and dry dock characteristics, required services, and safety response plans. Part A is dedicated to information about the ship, while Parts B and C gather details from shipyards regarding their dry dock capabilities, certification status, and safety measures. The evaluation covers technical specifications such as dimensions, loading capacities, electrical and sewage connections, as well as safety protocols in place for emergencies. Additionally, shipyards must provide a history of vessels serviced and any accidents during the last five years with corrective actions taken. This systematic approach aims to ensure that shipyards meet the MSC standards for safe and efficient operations while being compliant with relevant regulations. The document serves as a crucial part of the RFP process for federal grants and projects, ensuring that proposals are aligned with military operational requirements and safety standards.
    The document pertains to the past performance data for a government contract related to the USNS William McLean (T-AKE 12). It outlines essential information about the contract, including the reference name and address, contract details (number, dates, type, financials), and the location of the work. The current status of the contract is to be indicated as ongoing, complete, terminated, or other. A significant aspect of the document is to summarize the contractor's relevant experience in ship overhaul, repair, and alteration in the past three years, addressing the offeror's qualifications as both a prime contractor and subcontractor. Additionally, it inquires about the utilization of small businesses in contracting efforts and compliance with federal regulations regarding small business subcontracting. The overall intent is to gather comprehensive past performance data and compliance history to assess qualifications for future solicitations. This information is crucial for federal contracts governed by RFPs, ensuring that offerors have the necessary experience and adhere to required standards regarding small business participation.
    The Military Sealift Command (MSC) is soliciting feedback on a contractor's past performance related to a specific contract. They request that references complete a detailed questionnaire assessing the contractor in various areas, such as technical quality, schedule timeliness, management relations, and subcontracting efforts. Evaluation ratings range from "Exceptional" to "Unsatisfactory," with explanations provided for extreme ratings. The questionnaire aims to collect pertinent performance data to assist MSC in their assessment of the contractor. Completeness and opinions on future hiring of the contractor are also encouraged. All responses must be submitted by April 10, 2025, to the designated contracting officer. The purpose of this document is to gather comprehensive evaluations to inform decision-making in the contracting process, aligning with practices associated with federal RFPs and grants.
    The document outlines a Non-Disclosure Agreement (NDA) between the government and an offeror regarding access to technical data related to the USNS William McLean (T-AKE 12). The NDA establishes the terms under which the offeror is permitted to use the data strictly for preparing proposals and, if awarded, for executing the resulting contract. Key responsibilities for the offeror include ensuring compliance, preventing unauthorized dissemination, and maintaining organizational controls on data access. Furthermore, the offeror is required to identify subcontractors who will also need to sign a similar NDA. The document further mandates returning or destroying the data upon contract award or completion, with a certification of destruction required. Additionally, the offeror may need to assist the government with recovery efforts related to unauthorized disclosures. This NDA emphasizes the importance of protecting sensitive technical information within the framework of federal solicitations, ensuring compliance with regulations on the dissemination and handling of controlled unclassified information.
    The USNS William McLean contractor price breakdown focuses on Category "A" items required for the vessel's maintenance and overhaul. The document outlines various items, including general services, technical requirements, quality assurance, safety plans, and more, with associated labor prices, material costs, and total prices largely listed as $0.00, indicating that details on monetized support are likely to be finalized later. Key activities include electrical safety, environmental considerations, and equipment inspections. The document's structure presents a detailed list of specific tasks and requirements along with placeholders for pricing, suggesting it serves as a foundational blueprint for contractors to comply with federal criteria for vessel maintenance contracts. Overall, it emphasizes meticulous planning and procedural adherence crucial for naval operations, aligning with standards set forth in government RFPs and contract proposals.
    The document outlines the contractor price breakdown for Category "B" items related to the USNS William McLean project. It details specific tasks, including establishing and maintaining various levels of Force Protection Conditions (FPCON) and the continuation of work instructions (WI). Each task is attributed with a quantity, unit price, and total labor hours expected, including costs associated with prime contractors and subcontractors. However, all monetary values appear to be placeholder amounts, suggesting that concrete pricing details are either not finalized or omitted from this summary. The document's primary purpose is to lay out the financial framework for specific military support operations related to facility security and operational continuity. The clarity of this breakdown serves as a foundation for evaluating bids or grants from contractors looking to perform these essential tasks within federal compliance guidelines.
    The document is a survey form used by the Military Sealift Command (MSC) for assessing ship repair facilities, specifically for the USNS William McLean. It collects critical data related to the shipyard’s capabilities, including launching ways, dry docks, cranes, berthing, storage space, and available services for repair and outfitting. Necessary details include dimensions for each facility component, lifting capacities, fire protection availability, and navigational restrictions. The survey requires specific submissions such as a plot plan, certified depth of water, equipment lists, and historical ship repair work, ensuring that all prospective repair facilities meet federal standards for defense contracting. It also requests data on workforce capabilities and certifications as a small business. Overall, this MSC Ship Repair Facility Survey exemplifies the rigorous requirements established for potential contractors under government RFPs, focusing on evaluating their physical and operational readiness to undertake projects related to military vessels.
    The document pertains to a Request for Specification Clarification related to the USNS William McLean (T-AKE 12). It outlines a format for offerors to submit inquiries regarding the specifications outlined in the request for proposals (RFP). The structure includes placeholders for the offeror's name, work item, specific paragraph or section in question, the related title, and space for both questions and answers. The purpose of this document is to facilitate clearer communication between potential bidders and the government regarding specifications, ensuring that all prospective contractors have the necessary information to prepare their proposals effectively. The clarification process is an essential part of the RFP system, aimed at enhancing transparency and fairness in federal procurement processes.
    The document outlines important information regarding federal and state/local Requests for Proposals (RFPs) and grants. It emphasizes the significance of these documents in securing funding and support for various governmental projects and initiatives. Federal RFPs are typically structured to solicit specific services or solutions from vendors, with an emphasis on compliance with regulatory standards and efficient project execution. The process involves a competitive selection, where potential contractors must align their proposals with federal guidelines. Additionally, the file stresses the importance of understanding eligibility criteria, application processes, and reporting requirements associated with federal grants, which are essential for entities seeking financial assistance. State and local RFPs are also highlighted, underscoring their role in addressing community-specific needs. The overarching goal of both federal grants and RFPs is to foster collaboration in improving public services and infrastructure, ensuring accountability, transparency, and adherence to established objectives. The document serves as a guide for stakeholders aiming to navigate the complexities of government funding opportunities effectively.
    The document outlines a Non-Disclosure Agreement (NDA) related to the technical data of the USNS WILLIAM MCLEAN (TAKE 12) for bidders responding to solicitation N3220525R4043. The NDA stipulates the Offeror's obligations regarding the handling of sensitive data, including a commitment to use the data solely for proposal preparation and contract performance, compliance with distribution statements, and adherence to export control regulations. The Offeror must assign a corporate principal to ensure compliance, maintain organizational controls to restrict data access, and avoid any unauthorized duplication or disclosure. Additionally, vendors or subcontractors are required to sign similar agreements, assuring that data disclosure to any third parties is tightly controlled. Upon contract award or completion, the Offeror must return or destroy the data, certifying the action to the Contracting Officer. Furthermore, cooperation with the Government in recovering any improperly disclosed information, along with reimbursement for related costs, is mandated. The NDA is structured to protect government interests while facilitating collaboration with private contractors in a highly regulated environment.
    The Military Sealift Command is issuing a Sources Sought Notice for potential contractors to express their capabilities for a Mid-Term Availability project involving the USNS MCLEAN (T AKE 12), scheduled to commence around September 24, 2025. The contract work will occur at the contractor’s facility on the East Coast and aims to support various maritime repair and maintenance tasks. Interested firms are invited to submit a capabilities package by February 25, 2025, detailing their business structure, facility location, and previous experience related to similar projects, as well as their designation as a large or small business under NAICS Code 336611. The anticipated work includes general ship services, potable water tank repairs, machinery inspections, and installation of surveillance systems, among others. This notice serves to gauge the availability of shipyards for the undertaking and is not a solicitation or guarantee of future contract awards. Responses will assist the government in understanding industry capabilities prior to solicitation, although no compensation is provided for submissions.
    The Military Sealift Command (MSC) is preparing for the presolicitation of maintenance work for the USNS WILLIAM MCLEAN (T-AKE 12) located on the East and Gulf Coast. The procurement, identified by solicitation number N3220525R4043, seeks contractors to perform approximately 64 specific work items, including distiller cleaning, CCTV system installation, and cargo potable water tank repairs. The anticipated period of performance extends for 61 days, starting around September 24, 2025, with an expected award date of July 23, 2025. This solicitation is set aside exclusively for small businesses, based on market research indicating potential competition from multiple small contractors. The details and further instructions will be available on SAM.gov by March 7, 2025. This initiative underscores the MSC's commitment to engaging small enterprises while ensuring essential maintenance of naval vessels.
    Lifecycle
    Title
    Type
    Solicitation
    Sources Sought
    Similar Opportunities
    USNS EARL WARREN (T-AO 207) POST SHAKEDOWN AVAILABILITY Solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the post shakedown availability of the USNS Earl Warren (T-AO 207) through the Military Sealift Command in Norfolk. This procurement involves shipbuilding and repair services, focusing on non-nuclear ship repair as outlined under NAICS code 336611 and PSC code J999. The successful contractor will play a crucial role in ensuring the operational readiness and maintenance of the vessel following its initial shakedown period. Interested parties can reach out to Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or by phone at 757-802-6467, or Ian Keller at ian.l.keller.civ@us.navy.mil or 564-226-4861 for further details.
    USNS ROBERT E SIMANEK (T-ESB 7) Post Shakedown Availability (PSA)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the Post Shakedown Availability (PSA) of the USNS ROBERT E SIMANEK (T-ESB 7). This procurement involves shipbuilding and repair services, focusing on ensuring the vessel's operational readiness following its initial shakedown period. The opportunity is critical for maintaining the Navy's fleet capabilities and involves adherence to strict regulations regarding controlled unclassified information, as outlined in a related Non-Disclosure Agreement (NDA) that governs the use of technical data. Interested parties should contact Ian Keller at ian.keller@navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil for further details regarding the proposal process and compliance requirements.
    Maintenance, Repair, and Preservation of YT-800 ROH
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard, is soliciting proposals for the maintenance, repair, and preservation of the YT-800 ROH vessel. The contract requires comprehensive docking and maintenance services, including hull maintenance, structural repairs, and system inspections, all to be performed in compliance with maritime industry standards and federal regulations. This procurement is crucial for ensuring the operational readiness of the vessel, which plays a significant role in naval operations. Interested small businesses must submit their proposals by March 17, 2025, with the contract period of performance scheduled from June 16, 2025, to October 10, 2025. For further inquiries, potential contractors can contact Alice Robertson at alice.n.robertson.civ@us.navy.mil or Christopher Davidson at christopher.t.davidson7.civ@us.navy.mil.
    20--MCM 1, STERN SHAFT - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is soliciting proposals for the procurement of MCM 1 stern shaft and similar replacement parts for repair and modification purposes. This opportunity is critical for maintaining the operational readiness of naval vessels, as these components are essential for ship and boat propulsion systems. Interested vendors should note that the primary contact for this solicitation is Hannah Forsyth, who can be reached at 717-605-3998 or via email at HANNAH.FORSYTH@NAVY.MIL for further inquiries. Details regarding submission deadlines and specific requirements will be provided in the solicitation documents.
    USS LEWIS B. PULLER (ESB-3) FY25 Voyage Repair
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the Voyage Repair Availability (VRA) of the USS Lewis B. Puller (ESB-3) at a contractor's facility in Taranto, Italy, scheduled from April 30 to May 23, 2025. The procurement involves comprehensive repair and maintenance tasks as outlined by the Military Sealift Command (MSC) and the Forward Deployed Regional Maintenance Center (FDRMC), including management, procurement, production, and quality assurance to ensure the vessel's operational readiness. This contract is critical for maintaining the Navy's fleet capabilities and compliance with stringent quality and safety standards. Interested contractors must submit their proposals electronically by March 5, 2025, and can contact Gary Eaton at gary.a.eaton6.civ@us.navy.mil or Yarinee Tafur at yarinee.tafur.civ@us.navy.mil for further information.
    USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the Drydocking Selected Restricted Availability (DSRA) for the USS Pearl Harbor (LSD 52) and USS O’Kane (DDG 77) for fiscal year 2026. This procurement aims to secure shipbuilding and repair services, specifically focusing on non-nuclear ship repair, which is crucial for maintaining the operational readiness and longevity of naval vessels. Interested contractors should note that the primary point of contact for this opportunity is Courtney Schlusser, who can be reached at courtney.j.schlusser.civ@us.navy.mil or by phone at 202-781-3399, with a secondary contact available in Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or 202-781-1763. Further details regarding the solicitation process and deadlines will be provided in the official announcement.
    USNS PECOS VALVE AND PUMP REMOVAL
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting quotes for the refurbishment of miscellaneous valves and pumps located at the MSC warehouse in Norfolk, Virginia, under solicitation number N3220525Q4050. The procurement requires qualified vendors to provide labor, materials, and travel costs in accordance with the Statement of Work (SOW), with a contract period from May 2, 2025, to September 30, 2025. This opportunity is crucial for maintaining operational integrity and safety of naval equipment, emphasizing compliance with federal acquisition regulations and technical standards. Interested parties must submit their quotes by 1:00 PM EST on March 19, 2025, to Samuel N. Queen at samuel.n.queen2.civ@us.navy.mil, ensuring all required documentation is included.
    Dry-dock Lawson
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking qualified contractors for maintenance services on the M/V Lawson and the crane barge Choctawhatchee, as outlined in a Sources Sought Notice. The procurement involves a Firm Fixed Price Contract for various repair tasks, including dry-docking the Lawson, repairing keel cooler leaks, and replacing HVAC systems, with work to be performed between Pensacola, FL, and Gulfport, MS. This initiative is crucial for ensuring the operational readiness and maintenance of government marine assets. Interested contractors must submit their qualifications, including business size and relevant experience, by March 28, 2025, via email to Anquonette Wilkins at anquonette.t.wilkins@usace.army.mil.
    Multi Mission Surface Combatant (MMSC) - Professional Mariner (PM) Crew
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking contractors for the provision of a Professional Mariner Crew for the Multi Mission Surface Combatant (MMSC) program. The procurement aims to ensure effective ship operations and maintenance, focusing on crew training, operational readiness, and compliance with U.S. Navy protocols. This opportunity is critical for enhancing naval capabilities and operational efficiency, particularly in the context of Foreign Military Sales agreements, such as the one with the Kingdom of Saudi Arabia for MMSC vessels. Interested parties can reach out to Daniel Fisher at daniel.a.fisher46.civ@us.navy.mil for further details, with a presolicitation notice currently available and a deadline for Industry Day participation set for December 4, 2024.
    Hull and Deck Machinery Systems Support
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is issuing a Request for Proposals (RFP) for a contract focused on providing engineering and technical services related to hull and deck machinery systems on U.S. Navy ships, particularly concerning launch and recovery systems. The contract will be structured as a Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) arrangement, lasting up to 72 months, and will require services such as system assessments, maintenance, troubleshooting, and training, along with the provision of materials and technical support for specific equipment. This procurement is vital for enhancing naval operational capabilities by ensuring the effective maintenance and improvement of critical machinery systems. Interested parties should contact Anna Eisele at anna.e.eisele.civ@us.navy.mil or James T. O'Sullivan at james.osullivan2@navy.mil for further details.