J--Modification 2 to Presolicitation Synopsis for Vessel Maintenance Service requirement.
ID: N0060416CBOATType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PEARL HARBORPEARL HARBOR, HI, 96860-4549, USA

PSC

MAINT, REPAIR, REBUILD EQUIPMENT (J)

Set Aside

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

    Presolicitation Synopsis for Vessel Maintenance service requirement at Joint Base Pearl Harbor-Hickam, HI. The Department of Defense, specifically the Department of the Navy, is seeking a Vessel Maintenance service at Joint Base Pearl Harbor-Hickam, Hawaii. This service includes maintenance and repair of vessels, logistic support, support equipment maintenance, vessel operation for maintenance purposes, and inventory management. The contract duration will be a 60 day phase-in, followed by a twelve-month base period, three one-year option periods, and one option to extend services for no more than six months. The procurement is set aside for small businesses and will be awarded as a commercial services contract. Interested firms must register in the System for Award Management (SAM) database and the Request for Proposal (RFP) is anticipated to be issued on or about April 25, 2016.

    Point(s) of Contact
    Kristen Moody 808-473-7500 Kristen Moody 808-473-7500 kristen.moody@navy.mil
    Files
    No associated files provided.
    Similar Opportunities
    M--Modification 1 to Presolicitation Synopsis for the Port Operation services requirement at Joint Base Pearl Harbor-Hickam, HI.
    Active
    Dept Of Defense
    Presolicitation Synopsis for the Port Operation services requirement at Joint Base Pearl Harbor-Hickam, HI. The Department of Defense, specifically the Department of the Navy, is seeking Port Operation services at Joint Base Pearl Harbor-Hickam, Hawaii. These services include equipment maintenance, equipment operation, inventory management, logistics support, and various other tasks related to port and harbor operations. The contract duration will be a 90-day phase-in, followed by a twelve-month base period, with options for additional years. The procurement is set aside for small businesses, and the selection process will be based on the lowest price technically acceptable source. Interested firms must register in the System for Award Management (SAM) database and the Request for Proposal (RFP) is anticipated to be issued on or about April 11, 2016.
    M--Operation of Government-Owned Facilities
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY is seeking operation services for government-owned facilities. This service is typically used for the management and maintenance of these facilities. The place of performance is Joint Base Pearl Harbor-Hickam, Pearl Harbor, Hawaii. The notice is set aside for Total Small Business Set-Aside. For more information, contact Kristen Moody at 808-473-7500 or kristen.moody@navy.mil.
    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.
    Rotational Deployment Mechanism (RDM) Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, is soliciting proposals for the refurbishment of the rotational deployment mechanism (RDM) unit for a Virginia Class submarine. This procurement aims to secure a Firm Fixed-Price contract with Curtiss-Wright Electro-Mechanical Corporation, following a sources sought notice that indicated no capable sources were available to meet the requirement. The refurbishment services are critical for maintaining the operational readiness of the submarine fleet, and interested parties must request the solicitation by contacting the primary and secondary points of contact, Jodie Tramuto and Megan Ho, via email. All proposals must comply with the established CLIN structure and be submitted by the specified deadlines, with the requirement that all responding firms are registered with the System for Award Management (SAM).
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
    REPLACE RAMP STORMWATER CONTAINMENT VALVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking contractors to replace the ramp stormwater containment valve at Joint Base Pearl Harbor-Hickam in Hawaii. The project involves removing the existing valve, actuator, and supports, and installing a new manual valve, metal access platform, and signage, all in accordance with the attached Statement of Work and relevant specifications. This procurement is crucial for maintaining environmental compliance and operational efficiency at the airbase. Interested small businesses must submit sealed offers by September 23, 2024, with a project budget estimated between $25,000 and $100,000, and are required to start performance within 30 days of notice to proceed. For further inquiries, contact Warren Sabugo at warren.m.sabugo.civ@army.mil or call 808-844-6421.
    J--Boat Preventative Maintenance and Repairs
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four Oil Spill Recovery boats at Naval Weapons Station Earle, NJ. The services will be acquired through a small business set-aside procurement action. The contract will have a one-year base period of performance and four one-year ordering periods thereafter. The services will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Subpart 13.5. Interested vendors can download the request for quote from the NECO and FBO websites starting from 15 March 2018. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    Austal USA 10-Year Maintenance Service
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a 10-year maintenance service for a T-EPF class vessel. The service includes the installation of Government Furnished Materials (GFM) and will be performed by Original Equipment Manufacturer (OEM) Austal USA certified service technicians. The procurement will be conducted using FAR Part 12 and 13 Procedures. Interested parties should monitor the SAM.Gov website for the solicitation and any subsequent amendments. Prospective offerors must be registered in the System for Awards Management (SAM) to receive a Government Award. For more information, contact Mr. Reg Agahan at regel.a.agahan.civ@us.navy.mil.
    Marine Boatyard Repair and Maintenance Support LOT II for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for the Marine Boatyard Repair and Maintenance Support LOT II contract, aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area. The contractor will be responsible for delivering management, labor, material support services, and equipment necessary for depot-level repairs, alterations, and maintenance of various non-commissioned boats and associated systems. This contract is critical for ensuring the operational readiness of naval assets and will be awarded as a Firm Fixed Price/Indefinite Delivery Indefinite Quantity (FFP/IDIQ) contract, with a base year and four one-year ordering periods. Interested small businesses must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and can direct inquiries to primary contact Jake Grady at jake.a.grady2.civ@us.navy.mil or secondary contact Willie Ross at willie.r.ross.civ@us.navy.mil.
    PUMP, DEWATERING
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Pearl Harbor), is seeking qualified vendors to submit offers for the procurement of four Prosser 9-50134-03 submersible dewatering pumps, each with a 5.0 HP capacity and a 50-foot waterproof cord. This solicitation, identified by number SPMYM4-24-Q-4250G260, emphasizes the importance of prompt delivery to a designated military facility in Hawaii, adhering to the Federal Acquisition Regulation (FAR) guidelines for commercial items and simplified acquisition procedures. Interested small business vendors must submit their quotes by 11:00 AM Hawaii Standard Time on September 19, 2024, and can direct inquiries to Jaynai L. Aldeguer at jaynai.l.aldeguer.civ@us.navy.mil or by phone at 808-473-8000 ext. 4186.