USNS MCLEAN MTA FY25
ID: N3220525R4043Type: Sources Sought
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
    USNS MCLEAN MTA FY25
    Currently viewing
    Sources Sought
    Similar Opportunities
    FY26 USNS KANAWHA MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement involves the revision and cancellation of specific work instructions, with an emphasis on updating technical details and extending the final proposal submission deadline to December 17, 2025, at 3:00 PM EST. The contract is categorized under the Ship Building and Repairing industry, highlighting its significance in maintaining naval vessels. Interested small businesses are encouraged to reach out to Susan Bryant at susan.b.bryant.civ@us.navy.mil or call 757-777-4648 for further information regarding this total small business set-aside opportunity.
    USNS PATUXENT (T-AO 201) FY26 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Mid-Term Availability (MTA) of the USNS PATUXENT (T-AO 201) for fiscal year 2026. This procurement involves shipbuilding and repair services, with a focus on ensuring the operational readiness of the vessel through various maintenance and repair tasks. The importance of this contract lies in maintaining the Navy's fleet capabilities, which are critical for national defense and maritime operations. Interested small businesses are encouraged to participate, with the solicitation closing date extended to January 7, 2026, at 1300 EST. For further inquiries, potential bidders can contact Robert Vance at robert.w.vance27.civ@us.navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil.
    USNS GUADALUPE FY26 Mid-Term Availability
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability contract. This procurement involves shipbuilding and repairing services, with a focus on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J999. The contract is crucial for maintaining the operational readiness of the USNS GUADALUPE, ensuring it meets the necessary standards for future missions. Interested parties should note that the request for comments (RFC) period has been extended to December 24, 2025, at 2:00 PM EST, with the solicitation closing date now set for January 8, 2026, at 3:00 PM EST. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.
    USNS HENRY J. KAISER FY 27 ROH/DD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors to prepare for and accomplish the Regular Overhaul and Dry Docking of the USNS HENRY J. KAISER (T-AO 187) as outlined in the forthcoming solicitation. This contract will involve comprehensive ship repair services, with the anticipated performance period set from December 15, 2026, to April 13, 2027, at the contractor's facility on the West Coast. The opportunity is significant as it pertains to the maintenance and operational readiness of a key naval vessel, ensuring continued support for maritime operations. Interested parties are encouraged to submit capability statements or proposals, and should contact Bryan Makuch at bryan.makuch@navy.mil or 564-226-1259 for further information. The solicitation is expected to be released around January 16, 2026, and access to technical data will require signing a Non-Disclosure Agreement as detailed in the attached documentation.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) during Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull inspections, propulsion system overhauls, and various structural and mechanical repairs, with the contractor responsible for providing all necessary labor, materials, and equipment. This opportunity is significant for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their proposals by 8 AM EST on December 10, 2025, with an anticipated award date around December 19, 2025. For further inquiries, contact Jerrod Gonzales at jerrod.a.gonzales@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
    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.
    N0002426R4405 USS DONALD COOK (DDG 75) Sources Sought
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought announcement for the FY27 Dry Docking Selected Restricted Availability (DSRA) of the USS DONALD COOK (DDG 75). The procurement aims to identify industry capabilities and interest in performing extensive maintenance and modernization work, including significant upgrades to various systems and structural repairs, scheduled from January 11, 2027, to April 15, 2028. This project is critical for maintaining the operational readiness of the vessel and involves approximately 70,000 man-days for maintenance and 15,000 for modernization, requiring contractors to have specific facilities and capabilities, including a dry dock suitable for a DDG51 Class Ship. Interested parties must submit their letters of interest by 4 PM Local Time on January 2, 2026, to the designated contacts, Brian Romano and Alicia Vesey, via the provided email addresses.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    Regular Overhaul (ROH) for USNS RICHARD E BRYD (T-AKE 4) in the Indo-Pacific Region
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Regular Overhaul (ROH) of the USNS RICHARD E BYRD (T-AKE 4) in the Indo-Pacific Region, specifically without Dry-Dock Availability. The project encompasses a comprehensive range of maintenance and repair tasks, including inspections, cleaning, and replacements of critical ship systems, with a performance period scheduled from March 30, 2026, to May 28, 2026, and options extending to June 12, 2026. This overhaul is vital for ensuring the vessel's operational readiness and compliance with safety and regulatory standards within the U.S. 7th Fleet Area of Responsibility, excluding India. Interested contractors must register in SAM.gov and submit proposals electronically, with inquiries directed to Samantha Cheong at wannaisamantha.cheong.ln@us.navy.mil or by phone at 656-750-2833.