Commercial Industrial Services (CIS) Hullboard Lagging Services Follow-On, Multiple Award Contract, Indefinite Delivery Indefinite Quantity (MAC-IDIQ)
ID: N5523625R0001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSOUTHWEST REGIONAL MAINT CENTERSAN DIEGO, CA, 92136-5205, USA

NAICS

Drywall and Insulation Contractors (238310)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking proposals for Commercial Industrial Services (CIS) Hullboard Lagging Services under a multiple award indefinite delivery/indefinite quantity (MAC-IDIQ) contract. The objective is to provide management, labor, services, equipment, and materials for the removal, repair, and installation of hullboard lagging and insulation materials on U.S. Navy ships within a 50-mile radius of San Diego, California. This procurement is crucial for maintaining the operational readiness of Navy vessels and will be awarded based on a best-value evaluation considering past performance, technical capabilities, and pricing. Interested small businesses are encouraged to contact Cindy Wong or Alisha Bloor via email for notifications regarding the Request for Proposal (RFP) posting, as this opportunity is set aside for total small business participation.

    Files
    Title
    Posted
    The Commercial Industrial Services (CIS) Hullboard Lagging Services Contract outlines requirements for labor, equipment, and materials necessary for the removal, repair, and installation of hullboard lagging and insulation on U.S. Navy vessels. Key objectives include adherence to safety standards, compliance with regulations, and proper disposal of hazardous materials, particularly asbestos-containing materials. Contractors are responsible for maintaining high-quality workmanship, providing necessary permitting, and coordinating with Navy personnel to minimize disruptions during operations. The contract mandates detailed reporting of work progress, the implementation of a Quality Management System, and strict adherence to environmental regulations. Fostering communication and oversight, the contract stipulates that any delays caused by contractor compliance issues shall not financially impact the government. With structured guidelines for inspections, certifications, and safety precautions in place, the contract seeks to ensure both project success and the safety of personnel involved in the hullboard lagging services.
    Similar Opportunities
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance, repair, and preservation of TWR-7 and TWR-8 vessels at the Puget Sound Naval Shipyard. The procurement aims to ensure high-quality workmanship in accordance with marine industry standards, encompassing tasks such as docking, hull repairs, structural inspections, and system overhauls. This opportunity is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to stringent contract management in defense projects. Interested small businesses must submit their proposals by following the guidelines outlined in the solicitation, with inquiries directed to Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for Outsourcing Work from Chief of Naval Operations (CNO) Availabilities on Fast Attack Submarines
    Buyer not available
    The Department of Defense, through the Department of the Navy, is issuing a solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) aimed at outsourcing work from the Chief of Naval Operations (CNO) for availabilities on Fast Attack Submarines. This procurement seeks qualified contractors to provide shipbuilding and repair services, specifically focusing on combat ships and landing vessels, under the NAICS code 336611. The contract is particularly significant as it supports the operational readiness and maintenance of critical naval assets. Interested parties, especially small businesses, are encouraged to reach out to Angel Jaeger at angel.jaeger.civ@us.navy.mil or call 202-826-7081 for further details regarding the partial small business set-aside and submission requirements.
    4820 - Request for Information for Multiple Award Repair IDIQ - Submarine Corporate Component Repairs Program (CCRP)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is issuing a Request for Information (RFI) for a Multiple Award Repair Indefinite Delivery/Indefinite Quantity (IDIQ) contract under the Submarine Corporate Component Repairs Program (CCRP). This procurement aims to secure services for the repair and modification of various components, with a contract duration of two years and the potential for three additional years, encompassing a minimum value of $500 and a maximum of $85,171,000. The goods and services sought are critical for maintaining the operational readiness of U.S. Navy submarines, emphasizing the importance of compliance with military standards and efficient logistical support. Interested contractors can reach out to Madison M. Gray at madison.m.gray4.civ@us.navy.mil or Hannah Forsyth at hannah.m.forsyth.civ@us.navy.mil for further details.
    3573 HAYWARD Drydock
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Philadelphia office, is seeking qualified contractors for the 3573 Hayward Drydock project. This presolicitation opportunity is set aside for small businesses and involves shipbuilding and repairing services, categorized under NAICS code 336611 and PSC code J998 for non-nuclear ship repair. The procurement is crucial for maintaining and enhancing the operational capabilities of naval vessels, ensuring they are fit for service. Interested parties should reach out to Matthew Rhoads at matthew.t.rhoads@usace.army.mil or Michael J. Hunter at michael.j.hunter@usace.army.mil for further details.
    LPD CLASS SHIP LLTM VARIOUS MPDE EXHAUST HARDWARE
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is seeking proposals for the procurement of long lead-time material (LLTM) exhaust hardware for LPD Class ships, specifically under Solicitation No. N5523625Q0067. The procurement includes critical components such as turbochargers, bolts, nuts, and washers, which are essential for engine maintenance and exhaust system repairs, with a delivery deadline set for July 18, 2025, to the Naval Station in National City, California. This initiative underscores the Navy's commitment to maintaining operational efficiency and readiness of its fleet through meticulous procurement practices. Interested vendors should direct inquiries to Mirna Tawiah at mirna.h.tawiah.civ@us.navy.mil or Ricardo Barraza-Cobos at ricardo.barraza-cobo.civ@us.navy.mil for further details.
    USS JOHN P. MURTHA (LPD-26) LLTM WELL DECK FASTNERS
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is soliciting proposals for the procurement of well deck fasteners for the USS JOHN P. MURTHA (LPD-26). The primary requirement includes 5,000 self-locking hex nuts, which are essential components for maintaining the operational readiness of the naval vessel, with a delivery deadline set for June 30, 2025, to a location in National City, California. This procurement reflects the U.S. Navy's commitment to ensuring the availability of critical replacement parts as part of its scheduled maintenance activities. Interested small businesses are encouraged to reach out to Jennifer Gomez at jennifer.h.gomez.civ@us.navy.mil or Cynthia Urias at cynthia.y.urias.civ@us.navy.mil for further inquiries regarding the solicitation.
    N3904025Q1004 Preventative and Remedial Maintenance for Relocatable Structures
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals from qualified contractors for preventative and remedial maintenance services for relocatable structures. The contract encompasses a range of services, including maintenance of emergency lighting and HVAC systems, with a total contract value of $12,500,000 for the period from March 1, 2025, to February 28, 2026. These services are critical for ensuring the safety and operational integrity of government facilities, adhering to established safety and operational standards. Interested contractors, particularly Women-Owned Small Businesses, should contact Gary W. Murdock at gary.w.m.murdock.civ@us.navy.mil or call 207-994-0292 for further details and to ensure compliance with the submission process.
    Military Sealift Command Waterborne Hull Cleaning and Associated Work Sources Sought
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified small businesses to provide waterborne hull cleaning and associated underwater ship husbandry services for its Government Owned, Government Operated vessels. The procurement aims to assess the capabilities of potential offerors in fulfilling requirements for hull cleaning, inspection, and related tasks across various geographical zones, including the Atlantic, Pacific, and European waters. This initiative underscores the importance of maintaining operational standards for naval maintenance while promoting small business participation in government contracts. Interested parties should respond to the market survey by March 3, 2025, and can direct inquiries to Shelby Probert at shelby.m.probert.civ@us.navy.mil or Timothy Lewis at timothy.lewis60.civ@us.navy.mil.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
    LPD CLASS SHIP -- DUMBWAITER BOTTOM WELDMENT AND TRAY
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking contractors for the procurement of a Dumbwaiter Bottom Weldment and Tray for LPD Class Ships. This opportunity falls under the NAICS code 333921, which pertains to Elevator and Moving Stairway Manufacturing, and is critical for maintaining the operational capabilities of naval vessels. The work will take place in San Diego, California, and interested parties can reach out to Michael Jones at michael.t.jones331.civ@us.navy.mil or by phone at 818-624-4279, or contact Ricardo Barraza-Cobos at ricardo.barraza-cobos.civ@us.navy.mil or 619-726-5445 for further details.