Maintenance, Repair, and Preservation of YT-808 ROH
ID: N4523A24R1068Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

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

    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified contractors for the maintenance, repair, and preservation of the YT-808 Harbor Tug, Medium (YT-808 Rainier). The procurement involves a Firm-Fixed-Price contract that requires contractors to perform various tasks, including cleaning, inspections, repairs, and preservation of the vessel, which is critical for maintaining naval operational capabilities. The project is set to take place from December 19, 2024, to March 18, 2025, and is a total small business set-aside under NAICS code 336611, with a size standard of 1,300 employees. Interested contractors must register with the System for Award Management (SAM) and submit their proposals by September 9, 2024, at 12:00 PM PT, with inquiries directed to Alice Robertson at alice.n.robertson.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document concerns the request process for Contract Data Requirements Lists (CDRLs) and Data Item Descriptions (DIDs) associated with the government solicitation N4523A24R1068, referred to as YT-808 ROH. Interested parties must send an email with a specific subject line to Alice Robertson or Chris Davidson to initiate their requests. Upon receipt, the requested CDRLs and DIDs will be provided through the Department of Defense (DoD) Secure Access File Exchange (SAFE) system. This process ensures that all requests are channeled appropriately and that participants in the federal procurement process can acquire essential documentation needed for compliance and project execution.
    The government seeks a contractor for comprehensive maintenance and overhaul services on the YT-808 Rainier, a four-year-old medium harbor tug. The primary objective is to perform docking and undocking operations, hull repairs, and extensive maintenance work. This involves cleaning, inspection, and preservation of the vessel's hull, tanks, and voids, along with repairs to the main deck, superstructure, and machinery systems. The contractor must provide all necessary materials, labor, and equipment, ensuring compliance with commercial marine industry standards. Key requirements include developing a detailed docking procedure and blocking plan, coordinating vessel transportation, and arranging a secure office space for government representatives. Strict safety, environmental, and hazardous waste management protocols must be followed, with regular progress meetings to monitor adherence to schedules and specifications. The contractor is responsible for delegating and managing subcontractors, maintaining weekly updated schedules, and submitting numerous administrative reports. Evaluation of proposals will consider factors such as workmanship quality, compliance with regulations, safety records, and past performance. The contract is expected to be worth several million dollars and will likely be a firm-fixed-price agreement. Bids are due by June 24, 2024, with the contract scheduled to commence on award and last approximately three months.
    The YT-808 Rainier Drydock Overhaul Statement of Work (SOW) outlines the requirements for the maintenance and repair of the YT-808 Rainier vessel, focusing on strict adherence to marine industry standards. Key tasks include docking, thorough cleaning, replacing zinc anodes, conducting ultrasonic and visual inspections, and repairing various systems. The SOW specifies the contractor's responsibilities, including ensuring the vessel remains clean and well-maintained and implementing safety and environmental measures during work. Additionally, the document emphasizes documentation and reporting, detailing requirements for progress meetings, required documents, and quality control processes. The contractor must provide all necessary materials, labor, and support, while compliance with pertinent safety regulations and procedures is mandated throughout the overhaul process. This SOW serves as a critical guide for contractors to ensure the successful execution of the project while meeting government standards, highlighting the importance of quality, safety, and thorough inspection protocols in naval maintenance efforts.
    The document provides instructions for contractors filling out the J-2 Price Proposal Worksheet for a government contract, specifically for the maintenance of the vessel YT-808 ROH. It outlines a structured approach for completing the worksheet, denoting which fields are to be filled out (highlighted in yellow) while indicating that non-highlighted fields are locked and will auto-calculate. Contractors are required to input labor rates, categories, hours, and pricing information that contribute to total labor costs, profitable margins, and overhead. Key labor categories include Shipfitter, Electrician, and Welder/Burner, among others, emphasizing labor mix rates for both regular and overtime hours. The document also details requirements for Other Direct Costs (ODC), which encompass any non-labor costs associated with the contract. It specifies the need for clear documentation and proper calculation, highlighting the importance of adherence to Federal Acquisition Regulation guidelines. The comprehensive instructions aim to ensure accurate pricing submissions from contractors, facilitating an organized evaluation of proposals in alignment with government contracting procedures.
    The document is a Request for Specification Clarification related to the maintenance, repair, and preservation of the YT-808 ROH, referenced under Requisition No. N4523A24R1068. It is addressed to contractors, with point-of-contact personnel listed, namely Alice Robertson and Christopher Davidson. The request explicitly states that all questions regarding specifications must be submitted by a specified deadline outlined in the Request for Proposal (RFP). It includes sections for contractors to submit their inquiries, indicating a structured approach for facilitating communication between the issuing office and contractors. The document also includes directives regarding potential changes, such as specifications, drawings, requirements, materials, and technical reviews, though these elements are not completed in the displayed file. This RFP seeks to clarify important project details to ensure that stakeholders meet precise contracting criteria and adhere closely to project requirements. Overall, this indicates an administrative process intended for efficient contractor engagement in government projects.
    The document is a Contract Performance Data Sheet associated with government contracts, specifically for tracking the performance of contractors under contract N4523A24R1068. It requests detailed information including the contractor’s name, contract number, type, item/service description, and performance metrics regarding delivery schedules, compliance with specifications, and quality assurance measures. Key performance indicators ask whether all supplies/services were delivered on time, met contract specifications, required rework, or had any parts terminated for default. Additionally, it inquires about any quality awards received and mandates a narrative on corrective actions taken for issues encountered during execution. This document serves as a vital tool for evaluating contractor success and adherence to contractual obligations, enabling better oversight and accountability in federal and state/local procurement processes.
    The Corporate Experience Data Sheet pertaining to contract numbers N4523A24R1068 and N4523A24R1058 outlines the requirements for contractors to provide detailed information about their corporate experience as part of a federal procurement process. Each section of the data sheet requests essential information such as contractor name, contract number, date completed, contract type (fixed-price or cost reimbursement), descriptions of items or services, contract quantity and period of performance, as well as customer information, including a point of contact for verification. The primary focus is on compiling narratives that detail specific experiences that support Sub-factor 1.1 Corporate Experience, as referred to in Section L of the solicitation. This document is fundamental for evaluating proposals in response to government Requests for Proposals (RFPs), emphasizing the importance of demonstrating relevant experience to establish contractor qualifications and credibility within the context of federal and state/local government procurement processes. The structured format aims to facilitate the assessment of contractors' competencies and previous performance in similar contracts.
    The document outlines the procedure for requesting drawings related to the federal RFP N4523A24R1068 for the YT-808 ROH project. Interested parties must send an email with a specified subject line to either Alice Robertson or Christopher Davidson, both of whom are associated with the U.S. Navy. The requested drawings will be delivered to the requester via the Department of Defense Secure Access File Exchange (DoD SAFE). This structured process ensures streamlined access to important project documentation for stakeholders involved in federal contracting and grant proposals, facilitating compliance and operational planning within government procurement processes.
    The document provides detailed instructions for obtaining security badges necessary for attending a ship check related to solicitation N4523A24R1068. Interested parties are directed to the Base Authorization and Visit Request (BAVR) website to initiate their application. Once on the site, users must fill in only the mandatory fields for each attendee, using a common Point of Contact email, and identify Chontay Woodruff as the sponsor. After submitting the request, participants must notify key Navy personnel by email about their application submission. The process culminates with the further assistance of Reginald Deriso regarding badge-related queries, with additional contact information for Matthew Stubblefield and Dean Charpia provided for any questions. This structured approach aims to facilitate efficient access to necessary security clearances for individuals involved in government solicitations and related activities.
    Access to sensitive areas requires security badges obtained through the Base Authorization and Visit Request (BAVR) system. Instructions detail the online application process, mandating visitor data entry and listing Reginald Deriso as the sponsor. After submitting the form, attendees must email Matthew Stubblefield, Reginald Deriso, and Dean Charpia for further badge processing assistance. The BAVR system facilitates secure access for the solicitation-related ship check.
    The document outlines the Growth Management Request Form for the military vessel YT-808 ROH under request number N4523A24R1068. It details the performative agreements and requirements necessary for the contractor to complete work within the specified scope and location. The form stipulates that the contractor must determine labor, material, and subcontractor costs, capturing these in a Fully Burdened Price. It emphasizes a Level Of Effort (LOE) calculation for contract completion, with specific reference to negotiated prices based on established contract rates. Crucial to the process, agreements to the negotiated price require signatures from the PSNS Project Manager, the Contractor Representative, and the PSNS Contracting Officer. The purpose of this document aligns with standard practices in federal RFPs, ensuring compliance, budget management, and performance tracking in government contracts while emphasizing collaboration between government entities and contractors throughout the project lifecycle.
    The document outlines a Request for Proposal (RFP) related to the YT-808 ROH vessel, detailing contract specifications and timelines. The project spans from December 19, 2024, to March 18, 2025, with the overall growth management program value yet to be determined. Each request number listed from 001 to 030 provides space for financial details regarding labor, materials, subcontractor involvement, and profit margins, yet all entries currently reflect a total price of $0.00, indicating incomplete data or a placeholder status. Key components include rates established for various contract elements such as labor, fringe benefits, overhead, general and administrative costs, and profit. The structured format emphasizes clarity in budget tracking and resource allocation for the project. This RFP is part of a broader context of federal and state/local funding mechanisms aimed at supporting maritime or vessel-related initiatives, reflecting efforts to procure necessary services or materials for operational readiness or improvement of government assets. The document ultimately serves as a foundational framework for potential contractors to understand scope and bidding requirements.
    This government file pertains to an approved Request for Proposal (RFP) related to the maintenance, repair, and preservation of the YT-808 Rainier Tug Boat, designated as Solicitation Number N4523A24R1068. The document outlines the procurement details, including both serialized and non-serialized items required for the project. The main item is the YT-808 Rainier Tug Boat, valued at $14 million, and various Cathelco Anode Probes, listed with different acquisition costs ranging from approximately $1,583.40 to $2,754.70. The deadlines for the delivery of these items are specified as March 29, 2024, with orders placed on January 12 and 19 of the same year. The procurement highlights critical maintenance needs for vital naval assets, ensuring operational integrity and compliance with military standards. This file reflects the structured approach of the federal government in managing contracts and maintaining essential maritime equipment through detailed specifications and financial allocations.
    The document outlines a federal solicitation (RFP) for the maintenance, repair, and preservation of the YT-808 ROH vessel, categorized under CLIN numbers for detailed pricing and services. It describes the Growth Management Program, with a focus on the Level of Effort (LOE) to Completion procedure, which employs strict protocols for managing additional work beyond the contract’s scope. The contractor must report proposed growth, and the contracting officer will assess its compliance with the contract terms. The document specifies project requirements, including schedules, contract clauses, and standards for inspections. Critical sections include obligations for environmental compliance concerning hazardous waste and mercury control, as well as definitions relating to contractor responsibilities. It outlines the payment and invoicing processes, emphasizing the prohibition of costs related to travel to and from work sites. Further, it provides guidelines for managing government property, including disposal of scrap materials. Overall, this solicitation emphasizes compliance with federal regulations and efficient contract execution to maintain government vessels while ensuring safety and environmental responsibility.
    The document outlines an amendment to a solicitation for a federal contract, specifically to update the Statement of Work (SOW) and the List of Attachments relevant to a project associated with the Puget Sound Naval Shipyard. The amendment states that the proposal due date remains unchanged at 12:00 PM PDT on September 9, 2024, and clarifies that all other terms and conditions of the original solicitation remain in effect. The updated SOW is referenced with a date of August 19, 2024, alongside the modifications to the List of Attachments, which include several sections detailing the required documents and exhibits integral to the solicitation. The amendment indicates the importance of contractors acknowledging receipt prior to the specified deadline and highlights various attachments which will be incorporated into the contract, while noting the document's existing guidelines on submissions and changes. This update serves to ensure clarity and compliance for bidders and supports an organized and effective procurement process in line with federal contracting regulations.
    The government's response to the Request for Proposals (RFC 01-02) outlines critical details regarding the docking plan and hull construction. The docking plan drawings and revised Statements of Work (SOW) clarify the arrangement, while emphasizing a steel hull, as specified in section 1.1 of the SOW. These responses provide essential insights into the procurement, ensuring clarity on the critical aspects of the project for potential bidders.
    The government's responses to RFPs clarify key details regarding a potential contract. The docking plan and general arrangement drawings are accessible, with revisions incorporated into the SOW. The steel hull construction is emphasized in the SOW. Despite a request, the area of performance will not expand to include Vancouver due to the YT-808's limitations. A second ship check date is added for August 27, offering prospective bidders another opportunity to inspect the vessel.
    The document addresses government inquiries related to the Request for Comments (RFC) for the YT-808 vessel, detailing responses to crucial questions posed by potential bidders. It confirms that the docking plan and general arrangement drawings are included in the original Statement of Work (SOW) but notes a missing section that was rectified in Amendment 0001. The hull specification is corroborated as steel in SOW section 1.1. However, the Government declines to extend performance areas to the Vancouver region due to the vessel's operational limitations, while also announcing an additional ship check opportunity on August 27 in response to requests for more inspection time. Moreover, the Government states that it cannot adjust the performance period to start in March 2025, maintaining the existing timeline. This document illustrates critical operational parameters and constraints for the procurement process associated with the YT-808 vessel, ensuring all parties are informed about the requirements and limitations involved in the bidding process.
    The document serves as an amendment to a solicitation regarding a federal government contract, specifically related to ship check dates and proposal submission requirements. Key changes include the addition of a ship check date on August 27, 2024, and an extension for questions regarding the proposal to August 29, 2024, while the proposal submission deadline remains September 9, 2024, at 12:00 PM PT. The document outlines the criteria for proposal submissions, emphasizing the need for compliance with specific sections of the solicitation. Offerors are instructed to submit electronic proposals through the Procurement Integrated Enterprise Environment (PIEE) and adhere to detailed formatting and content guidelines. The importance of attending ship checks for understanding solicitation requirements is emphasized, along with detailed safety attire for personnel during ship visits. Additionally, the amendment defines the format for submitting technical capabilities, past performance, and pricing offerings, requiring detailed narratives and data sheets for evaluation. The significance of timely questions, submission guidelines, and potential consequences for noncompliance are reiterated, underlining the document’s role in ensuring transparency and comprehensive understanding of the contracting process.
    Similar Opportunities
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    J019 - YON 328 Underwater hull cleaning and preventive maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Pearl Harbor, is soliciting quotes for underwater hull cleaning and preventive maintenance services for the YON-328 vessel. The procurement aims to secure a qualified contractor capable of performing the required cleaning in accordance with the provided Performance Work Statement (PWS), with all work to be completed by December 31, 2024. This contract is crucial for maintaining the operational readiness and longevity of naval vessels, ensuring they remain in optimal condition. Interested small businesses must submit their quotes by 11:00 AM Hawaii Standard Time on September 19, 2024, and can direct inquiries to David Chang at david.d.chang3.civ@us.navy.mil.
    BUOY ANCHOR CHAIN REPAIR
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the repair of buoy anchor chains at the Manchester Fuel Department. The project involves replacing and repairing buoy anchor chains and hardware, ensuring compliance with marine industry standards, safety regulations, and environmental protocols. This procurement is critical for maintaining the operational safety and integrity of the mooring buoys, which are essential for naval operations. Interested small businesses must submit their proposals by September 18, 2024, and can direct inquiries to Rebecca Brucker at rebecca.c.brucker.civ@us.navy.mil.
    Synopsis - USNS YUKON ROH/DD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command (MSC) Norfolk, is seeking proposals for the regular overhaul and dry docking of the USNS YUKON (T-AO 202). The contract will require the contractor to prepare for and accomplish the specified work in accordance with the work item package, with the anticipated performance period set from November 4, 2024, to January 17, 2025, at the contractor's facility located within the continental United States (CONUS). This procurement is crucial for maintaining the operational readiness and safety of the vessel, which plays a vital role in supporting naval operations. Interested parties can access the solicitation, expected to be released around September 2, 2024, through the Procurement Integrated Enterprise Environment Solicitation Module, and should direct any inquiries to Marcin Krauze at marcin.krauze.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    CGC TAMPA AA FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside maintenance services for the USCGC Tampa (WMEC-270A) for fiscal year 2025. The procurement involves a range of repair and maintenance tasks, including equipment testing, calibration, and inspection of various systems, with a focus on ensuring operational integrity and compliance with safety and environmental regulations. This contract is part of the government's initiative to support small businesses, particularly women-owned and economically disadvantaged firms, with a performance period from January 6, 2025, to February 4, 2025. Interested parties can contact Keith Willis at keith.d.willis@uscg.mil or Alissa Gavalian at alissa.gavalian@uscg.mil for further details regarding the bidding process and requirements.
    J--Boat Preventative Maintenance and Repair
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    MTU ENGINE PARTS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is soliciting offers for the procurement of MTU engine parts, specifically aimed at supporting the Navy's Port Operations in Bremerton, Washington. This opportunity is exclusively available to authorized small business distributors or resellers of Rolls-Royce Solutions America, Inc., and requires offerors to certify their ability to supply genuine OEM parts while adhering to specific terms regarding price adjustments due to COVID-19 or inflation. The contract will be awarded as a firm, fixed-price agreement, with proposals evaluated based on price and past performance, and submissions are due by 10:00 AM on September 16, 2024. Interested parties can reach out to Eileen Trezise at eileen.d.trezise.civ@us.navy.mil for further information.
    FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to solicit proposals for the FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA), which is expected to span approximately 17 months from July 2025 to December 2026. The procurement aims to ensure that the USS HARPERS FERRY is mission-ready and maintains a satisfactory condition of readiness following the Chief of Naval Operations (CNO) Availability, which encompasses all necessary labor, supervision, production, testing, and quality assurance for ship maintenance, repair, and modernization. This contract will be issued as a Firm-Fixed Price solicitation, anticipated to be released around September 16, 2024, and interested contractors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, interested parties can contact Kevin Becker at kevin.r.becker2.civ@us.navy.mil or Brian Han at brian.s.han3.civ@us.navy.mil.