USS BOXER (LHD 4) FY25 Selected Restricted Availability
ID: N0002424R4425Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the maintenance, modernization, and repair of the USS BOXER (LHD 4) during its FY25 Selected Restricted Availability. This procurement requires a highly capable contractor with substantial facilities and resources to manage complex ship maintenance tasks, as the work will be conducted on the West Coast of the United States. The selected contractor will be responsible for executing various repairs and alterations, ensuring compliance with safety and quality standards, and maintaining operational readiness of the naval vessel. Proposals are due by September 25, 2024, with the contract expected to be awarded around December 2024, and the work scheduled to commence in April 2025 and conclude by August 2026. Interested parties should contact LT Jourdan Jenkins at jourdan.e.jenkins.mil@us.navy.mil or Brian Romano at brian.c.romano.civ@us.navy.mil for further details and to request access to necessary attachments.

    Files
    Title
    Posted
    The document pertains to the USS BOXER (LHD 4) FY25 SRA Request For Proposal (RFP) and requires potential contractors to indicate their status based on size classification. It focuses on Small Business Participation Minimum Quantitative Requirement (MQR), highlighting the anticipated percentage contribution of small and large business participation in the total contract value. The sections require filling in information after contract award regarding total subcontracting amounts, thereby emphasizing the importance of small business involvement in government contracts. This RFP underscores the federal government’s commitment to encourage participation from small businesses while outlining expectations for the prime contractors regarding subcontracting efforts. The structured format provides clarity on the necessary information needed for proposal submission, reinforcing compliance with federal guidelines for business participation rates.
    The Department of the Navy seeks a quality assurance surveillance plan for the USS BOXER (LHD 4) during its Selected Restricted Availability (SRA) in FY25. The focus is on overseeing contractor performance for timely and adequate delivery. The plan outlines roles for government personnel, performance standards, and deducts for non-compliance. Various surveillance methods include direct observation, documentation verification, and inspections. Contractor performance will be rated as acceptable or unacceptable. Deducts of up to $5000 per day are outlined for late or inadequate reports, including those related to schedules, manning reports, corrective action, and condition found reports. The plan also details deducts for late responses to change orders and growth management requests. Technical data submission delays will result in payment withholding. Weekly and final reports are required for LOE to Completion and SDVG items, with strict deadlines and monetary penalties for non-compliance. The RFP emphasizes the government's commitment to rigorous oversight and timely performance, aiming to ensure efficient and high-quality maintenance work on the USS BOXER.
    The USS BOXER FY25 SRA document outlines the Integrated Project Team Development (IPTD) events and schedule necessary for the Lead Maintenance Activity (LMA) following the post-award phase of a contract. Key events include the IPTD Post-Award Event, the IPTD Work Package Execution Review (WPER), and the Schedule Model Review (SMR). The purpose of these events is to foster communication among stakeholders, review work packages, identify potential integration issues, and develop comprehensive strategies for project execution. Required participants include various Navy representatives, subcontractors, and planning teams. The agenda for each meeting includes discussions on current progress, work package reviews, lessons learned, safety requirements, and risk management. Deliverables include action items, meeting reports, and revised schedules. The document aims to ensure effective coordination among all parties involved in executing the maintenance and modernization of naval vessels, highlighting the emphasis on safety and collaborative planning through a structured approach.
    The USS BOXER (LHD 4) FY25 SRA document outlines the requirements for contractor submission relevant to past performance on similar contracts, as part of a federal procurement process. Offerors must provide comprehensive details regarding previous contracts, including the contract number, type, ship name, availability type, and a thorough description of the performed work. This description must specifically highlight how the work aligns with the current solicitation's requirements. The emphasis on accuracy indicates that the offerors bear full responsibility for the information they provide. By detailing their past performance, contractors can demonstrate their qualifications to undertake the specified availability work for the USS BOXER, ensuring compliance with federal contracting standards. Overall, this attachment serves as a critical component in assessing potential contractors and confirming their suitability for the project, reflecting the structured nature of government RFP processes.
    The document pertains to the USS BOXER (LHD 4) FY25 Selected Restricted Activity (SRA) proposal submission. It contains a Pre-Proposal Information (PPI) Form that requests details from contractors looking to engage in the SRA. Key sections call for the contractor's name, point of contact (POC) information, submission number, date of inquiry, and various question areas linked to specific work item numbers and titles. It encourages contractors to submit questions regarding the proposal, indicating an organized framework for communication and clarification. This structure aligns with the federal government’s process in managing Requests for Proposals (RFPs), ensuring clear expectations and facilitating information exchange between contractors and the government. Overall, the document establishes a streamlined format for prospective contractors to prepare for the bidding process concerning the USS BOXER's scheduled work in FY25.
    The document outlines the requirements for federal Requests for Proposals (RFPs) and grants, focusing on project submissions by contractors and their need to provide comprehensive project data. It lists multiple projects with placeholders for names and requires detailed Earned Value Management (EVM) metrics, including Actual Cost of Work Performed (ACWP), Estimate to Complete (ETC), Budget at Complete (BAC), and others. The timeline for reporting covers projects ongoing or completed between October 1, 2022, and August 6, 2026. The structure is divided into sections for various projects, emphasizing the necessity for contractors to document project progress and completion status, aligning with EVM standards. Contractors are encouraged to adjust the project fields as necessary while adhering to the Navy's stipulations that growth options are not yet authorized. The purpose of the document is to ensure clarity and consistency in project reporting for government-funded initiatives, maintaining a focus on financial accountability and project oversight. Overall, it serves as a critical compliance framework for contractors engaging with federal and state/local government projects.
    The document outlines the proposal requirements and evaluation criteria for the USS BOXER (LHD 4) FY25 Availability, detailing both price and non-price components. Offerors must provide comprehensive proposals encompassing cover letters, pricing workbooks, and technical narratives while following specified formats and guidelines. Essential elements include evidence of ownership or access to necessary dry-docking facilities, detailed plans for manpower and subcontracting, past performance reports, and integrated production schedules. Evaluation focuses on eligibility, resource capacity, manpower efficiency, and the ability to adhere to execution milestones and risk management for project completion. Each proposal will be assessed on its provision of factual and substantiated data in compliance with FAR regulations and sourcing input from past performance records. Offerors are expected to justify their staffing and subcontractor plans, maintain clear documentation of physical resources, and ensure effective management of open/inspect reports. The overall goal is to identify capable contractors who can efficiently deliver services within the established parameters, ensuring the Navy’s requirements are met in a timely and effective manner.
    The document outlines a proposal associated with federal government Requests for Proposals (RFPs) related to maritime operations, specifically focusing on scheduling and resource allocation for ship repairs or maintenance at designated piers and drydocks. It details the offeror's current and proposed operations, including timelines for work at various piers (X, Y, Z) and drydocks (1, 2), while highlighting awarded projects and outstanding proposals. Notable periods for these operations are denoted in chart form to ensure clarity on utilization timelines, along with notes specifying necessary disclosures regarding subcontractors and government-owned facilities. The document emphasizes the need for thorough documentation to mitigate potential conflicts and maintain compliance with project milestones. Overall, this proposal is critical for maintaining naval capabilities and proper execution of ship repair services under regulated guidelines. It reflects the complexities involved in maritime logistics and contracting, aimed at ensuring efficient resource management and adherence to governmental standards in maritime operations.
    The document outlines the procedures for evaluating an Offeror's past performance related to the USS BOXER (LHD 4) FY25 Selected Refit Availability (SRA) through a Past Performance Questionnaire directed to the Naval Sea Systems Command (NAVSEA). The evaluator is instructed to assess the Offeror’s performance based on several criteria, including overall contract outcome, cost and schedule performance, technical performance, and adherence to subcontracting plans. For each criterion, evaluators must provide ratings ranging from Exceptional to Unsatisfactory, along with supporting comments to highlight strengths or weaknesses. Section A of the questionnaire is to be filled out by the Offeror, providing crucial information about the contract and scope. Section B focuses on the evaluator's assessment, while Section C captures the evaluator's details and signature. The questionnaire emphasizes confidentiality and is intended to inform government procurement officials on the selection process, ensuring that only relevant performance information influences source selection decisions. The comprehensive nature of this evaluation underscores the importance of past performance in federal contracting, contributing to the overall effectiveness and accountability within government procurement processes.
    The CDRL A016 End of Availability Report Template outlines essential parameters for reporting labor and material contributions related to federal contracts. It includes sections to document prime labor hours, performance duration in calendar days, subcontractor labor hours, and total actual labor hours. Additionally, it details expenses associated with materials furnished by both prime contractors and subcontractors, alongside other direct costs. This structured report serves to track and assess resource utilization and financial expenditures within government-funded projects, ensuring compliance with reporting standards set forth in federal and state RFPs. By consolidating this information, the template facilitates accountability and transparency in federal contracting processes, ultimately supporting effective project management and oversight.
    The document outlines manpower requirements for executing Chief of Naval Operations (CNO) availabilities where the company serves as the prime contractor. It details scheduling and resource allocation for various projects across fiscal years 2025 and 2026, including specific man-hours needed for both the company and subcontractors. Each project is organized by ship name and availability type, while also including separate sections that cover other government and commercial work. Key components include monthly metrics such as Actual Cost of Work Performed (ACWP), Estimate to Complete (ETC), Budgeted Cost of Work Performed (BCWP), and Budgeted Cost of Work Scheduled (BCWS) for tracking financial performance and manpower usage. The document further aggregates manpower summaries by trade and overall production, emphasizing the necessary organizational structure for efficient project execution. Overall, the file serves as a comprehensive planning tool for ensuring the effective management of labor resources in support of naval contracts, which aligns with the purpose of government RFPs and grants by detailing projected labor needs and expenditures for relevant operations.
    The document outlines the Contract Data Requirements List (CDRL) related to a federal government procurement process, specifically referencing form OMB NO. 0704-0188. It details various reporting requirements from contractors concerning contract performance, specifically addressing the need for accurate and timely reports on subcontracting, conditions found, contract changes, quality assurance, and government-furnished equipment. Each section is organized by unique data item numbers, emphasizing the responsible reporting of specific tasks such as the Small Business Subcontract Report and Condition Found Report, which are crucial for compliance. Key aspects include submission timelines, frequency of report updates, distribution restrictions (noting that these are sensitive to DoD contractors only), and the importance of detailed record-keeping for effective contract management. The burden for contractors spans an estimated 110 hours for responding, outlining the significant investment needed to meet these reporting obligations. Overall, this document serves as a framework for ensuring accountability, transparency, and performance measurement in federal contracting, critical to maintaining standards and compliance within government operations.
    The document outlines the Contract Data Requirements List, managed by the Department of Defense, detailing information needed from contractors regarding military logistics management, including various categories of technical documentation and submissions. The key components of the document include the contract reference number, data item titles, submission timelines, and distribution statements. Specific items include provisioning parts lists, engineering data for provisioning, design change notices, and logistics product data, emphasizing the technical and procedural requirements for compliance with government standards. Contractors are instructed on submission timelines varying from 30 to 90 days following government requests or changes, depending on the nature of the documents. Additionally, there are instructions regarding distribution methods and requirements for electronic or physical submission of required documentation. The overarching purpose is to ensure that contractors provide accurate and timely data that supports military logistics and maintenance efforts, ultimately facilitating better resource management and operational readiness. This document signifies the commitment of the federal government to govern and streamline the procurement and maintenance process through standardized documentation practices.
    The document outlines the Contract Data Requirements List (CDRL) for a government contract involving technical manuals and equipment manuals for Commercial Off-The-Shelf (COTS) items. It specifies data item titles, submission guidelines, and approval processes for technical documentation. The main requirements include the submission format, frequency, and the timing for delivering reports alongside provisioning parts and engineering data. Key points include estimated public reporting burdens, distribution statements, and compliance regulations, ensuring that all submitted materials adhere to government standards. Additionally, it highlights the importance of timely revisions and approvals, with specific timelines for submissions following equipment receipt. The document serves as a formal guideline for contractors to fulfill their data submission obligations under the federal contracting framework, ensuring that technical documentation is organized, accurate, and distributed appropriately. Its structured approach emphasizes regulatory compliance required for federal and military contracts, ensuring consistency and clarity in communication.
    The document outlines a federal Request for Proposal (RFP) for repairs and alterations to the USS Boxer (LHD 4) during its Selected Restricted Availability (SRA) in FY25. It includes a comprehensive contract form and detailing of supplies, services, quantities, and costs required for the project. The key components include various lot numbers representing different tasks and services, such as preparing for repairs, alterations, and equipment installations as specified in the attached documentation. Each service is categorized under firm-fixed-price (FFP) with delivery to a designated location. Notably, there is a focus on specialized tasks related to equipment upgrades and modifications, safety compliance, and systematic project execution. The RFP allows for certain options and growth reservations, reflecting the dynamic nature of construction projects and availability in military contracts. Ultimately, this RFP represents both a commitment to maintaining naval capabilities and an opportunity for contractors to provide necessary support to the Navy in a structured and regulated manner.
    This document pertains to an amendment of a federal solicitation/modification of a contract, specifically for the Naval Sea Systems Command (NAVSEA). The amendment updates several sections of the original solicitation, removing the "Determination of Award Fee" from March 2019 and revising the list of documents associated with the solicitation. Notably, it includes numerous attachments related to past performance assessments, manpower planning, proposal evaluations, and quality assurance plans. The document specifies that contractors must acknowledge receipt of the amendment to avoid potential rejection of their offers. It also reveals that the amendment is effective as of July 25, 2024, and contractors are required to sign and return this document if necessary. The overall aim of the amendment is to ensure clarity and accuracy regarding documentation and requirements essential for participating in the solicitation process. This modification reflects the ongoing requirements within government contracting, emphasizing transparency and proper documentation in federal procurements.
    The document presents a solicitation (N0002425R4425) from the Naval Sea Systems Command for contractor services focused on repairs and alterations onboard the USS Boxer (LHD 4) during its Fiscal Year 2025 Selected Restricted Availability (SRA). It outlines multiple line items for various work packages, including preparation and execution of repairs, compliance with standard items, and adherence to specified work item standards. Each item listed is designated as a fixed price (FFP) contract with the requirement to deliver services to designated points under specified terms (FOB: Destination). Additionally, the document includes multiple options for contractors, such as enhancement upgrades for hardware systems and support services related to the SRA. It emphasizes a structured approach for proposal submissions, including amendment acknowledgments, compliance with instructions, and the necessity for all submissions to follow established timelines. Ultimately, this RFP serves as a critical tool for the government to secure necessary repairs and upgrades for the USS Boxer while ensuring proper compliance with federal contracting regulations.
    The document outlines the amendment of solicitation N0002420FR62083, primarily focusing on the addition of Contract Line Item Numbers (CLINs) 0091-0094 for TYCOM Rudder Work related to the USS Boxer (LHD 4) during its fiscal year 2025 Selected Restricted Availability (SRA). It details the responsibilities of the contractor, including preparing for and executing repairs and alterations in compliance with provided specifications and safety regulations. The amendment addresses changes in labor hours, material costs, and guidelines for managing growth work, emphasizing a structured approach to handling small dollar value growth items valued at $15,000 or less. Additional requirements include the contractor's obligation to submit various status reports during the project, maintain a quality assurance program, and adhere to safety protocols while working aboard Navy vessels. Terms related to the government’s inspection, acceptance, and reporting procedures are also addressed. Overall, this document serves as a regulatory framework to ensure the contractor complies with government standards, providing clarity on expectations and processes for the execution of crucial repair work on naval vessels.
    The document is a solicitation from the United States Navy, specifically a Request for Proposal (RFP) referencing contract number N0002425R4425 for the preparation and accomplishment of repair and alterations on the USS Boxer (LHD 4). It details various supplies and services, including estimates for labor, materials, and logistics associated with the repairs during the FY25 Selected Restricted Availability (SRA). Each item listed includes quantities, unit prices, and specific purchase request codes. The plan outlines tasks for the contractor to execute while adhering to regulatory standards and specifications detailed in attached documents. This RFP emphasizes the creation of contracts for repair services intended to maintain and modernize naval vessels. It outlines critical requirements, including the importance of a complete proposal submission by contractors within designated timeframes and budget constraints. The government's intent is to ensure that awarded contracts will contribute to operational readiness and sustainability of the naval fleet. Overall, this document serves as a formal invitation for qualified vendors to submit proposals for contracting opportunities vital to naval operations.
    The document amends the solicitation for the USS BOXER (LHD 4) maintenance and modernization project, extending the proposal deadline to September 18, 2024, and highlighting the importance of timely completion for mission readiness. The government emphasizes incentivizing contractor performance, offering up to $15 million for achieving specific milestones related to the project’s completion by August 5, 2026. The document outlines detailed requirements for contractor responsibilities including project management, periodic meetings, and quality assurance. It mandates the submission of logistical, technical data, and adherence to safety standards throughout the project. The contractor must monitor and manage government-furnished materials while maintaining compliance with environmental regulations. It articulates conditions under which modifications may occur, particularly in case of delays, and establishes guidelines for neglect of timelines. Overall, the document underscores the strategic importance of efficiency and accountability in maintaining naval assets while ensuring adherence to federal contracting and safety standards.
    The document outlines a solicitation for supplies and services related to the USS Boxer (LHD 4) during its Selected Restricted Availability (SRA) for FY25. It identifies several items, categorized as work orders, that require various repairs and alterations to be executed by a contractor. Each line item specifies the lot quantity and outlines the nature of the work, including adherence to standard specifications and the submission of Contracts Data Requirements Lists (CDRLs). Awards will be determined based on submitted proposals and are subject to terms outlined in the solicitation. The document provides the contractor's responsibilities, including preparing and accomplishing necessary repairs while meeting defined timeframes and specifications. Key components of the solicitation emphasize the importance of compliance with government regulations, submission details, and conditions regarding late submissions. Overall, it serves as both a request for proposals (RFP) and a framework for managing procurement processes related to naval vessel maintenance, evidencing the federal government's commitment to securing qualified services for military readiness.
    The document is an amendment (0004) to solicitation N0002425R4425 for a federal Request for Proposals (RFP) concerning a Firm-Fixed-Price contract intended for the USS BOXER (LHD 4) availability. Key updates include the incorporation of Erratas and the extension of the proposal due date to September 25, 2024. The solicitation outlines requirements for proposal preparation, submission protocols, and evaluation criteria which emphasize a focus on pricing, technical eligibility, manpower, and small business participation. Offerors must ensure compliance with stringent documentation standards and timelines, submitting both price and non-price proposals electronically via the Procurement Integrated Enterprise Environment (PIEE). The document stresses the importance of validating proposals through past performance data and mandates a Small Business Subcontracting Plan, ensuring the participation of small businesses in the contract. Overall, the document reflects the government's intent to award the contract based on thorough evaluations of submitted proposals that exhibit the best value while reinforcing the need for efficiency, alignment with specified standards, and dedication to supporting small business involvement.
    The USS BOXER (LHD 4) FY25 SRA Request for Proposal (RFP) seeks contractors for various maintenance services, with significant inquiry responses from bidders addressing requirements and clarifications. The document highlights key contractor inquiries, such as concerns over docking requirements, which the Government confirmed are not applicable, and specifications regarding the provision of certain services if government facilities are utilized. Key adjustments were made in response to bidder questions, including changes to proposal deadlines and updates to contract language in subsequent amendments. Additionally, the responses clarify that the contractor would need to provide specific support services, including marine pilots and tugboats for sea trials, regardless of government facility use. Emphasis is placed on ensuring that contractors accurately understand the scope of work and pricing obligations related to ship maintenance and support tasks, while promoting an equitable bidding process for contractors interested in the USS BOXER maintenance services. This RFP process illustrates the intricate dialogue between the government and potential contractors aimed at contract execution viability and fair competition.
    The document pertains to the Request for Proposal (RFP) related to the maintenance and overhaul of the USS Boxer (LHD 4) under the FY25 Selected Restricted Availability. It outlines inquiries made by contractors regarding specific work items, contract language discrepancies, proposal timelines, and the scope of required services, particularly concerning dry-docking and underwater repairs. Key inquiries involved requests for deadline extensions due to compressed proposal timelines, clarifications about work specifications, and confirmation of government-provided facilities usage. The government responded by extending the proposal due date and clarifying that several dry-docking requirements were not applicable for this availability. Observations regarding the necessity for accurate references, clarification of tasks, and observance of safety protocols for various marine operations were highlighted. The document illustrates the interaction between government and contractors during the bidding process, emphasizing transparency and cooperation to ensure competitive and comprehensive proposals while adhering to regulatory and operational standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    USS SAVANNAH (LCS 28) FY25 Docking Selected Restricted Availability (DSRA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking sources for the FY25 Docking Selected Restricted Availability (DSRA) of the USS SAVANNAH (LCS 28), with a focus on small business capabilities. The procurement aims to identify qualified contractors capable of performing dry-dock and pier-side maintenance, repair, and alterations from September 8, 2025, to September 10, 2026, with a firm-fixed price contract anticipated to be released in October 2024. This opportunity is critical for maintaining the operational readiness of naval vessels, and interested parties must submit their letters of interest by 12 PM Local Time on September 18, 2024, to the designated contacts, including Brian Han and Spencer Bryant, via the specified email addresses.
    USNS PATUXENT FY25 ROH
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the regular overhaul and dry docking of the USNS PATUXENT (T-AO 201), with the contract anticipated to take place from April 21, 2025, to August 29, 2025. The work will be performed at the contractor's facility located on the East or Gulf Coast, and the solicitation is set aside for small businesses, reflecting the agency's expectation of receiving multiple proposals from qualified sources. Interested parties must submit a proposal in response to the forthcoming solicitation, which will be available around September 21, 2024, and are required to complete a Non-Disclosure Agreement to access technical data related to the project. 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 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.
    DRYDOCK: USCGC MAURICE JESTER DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide drydock repairs for the USCGC Maurice Jester (WPC-154) during fiscal year 2025. The procurement includes comprehensive maintenance and repair services for critical vessel systems, such as propulsion shafting, hull inspections, and stability maintenance, with a performance period scheduled from January 21, 2025, to May 20, 2025. This contract is vital for ensuring the operational effectiveness and safety of the Coast Guard fleet, emphasizing adherence to stringent safety measures and regulatory standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, and proposals must comply with the outlined requirements in the solicitation documents.
    USNS LEROY GRUMMAN FY25 MTA-DD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is soliciting proposals for the Midterm Availability and Dry-Docking of the USNS Leroy Grumman (T-AO 195) scheduled to commence on March 18, 2025, for a duration of 135 days. This contract is set aside for small businesses under the SBA guidelines and falls under the NAICS code 336611, which pertains to Ship Building and Repairing. The services sought are critical for maintaining the operational readiness and safety of naval vessels, ensuring they meet the necessary standards for continued service. Interested parties can reach out to Austin Amory at austin.amory@navy.mil or by phone at 757-927-6895 for further details regarding the solicitation.
    USNS MEDGAR EVERS (T-AKE 13) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk office, is seeking proposals for the lay berth and regular overhaul of the USNS MEDGAR EVERS (T-AKE 13). The project involves preparing for and executing the lay berth and regular overhaul as specified in the solicitation, with performance periods anticipated from February 2025 through December 2025. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering small business participation in federal procurement. Interested parties can access the solicitation, expected to be released on or about September 18, 2024, by contacting Damian Finke at damian.w.finke.civ@us.navy.mil or Grant Sivertson at grant.t.sivertson.civ@us.navy.mil, and must comply with a Non-Disclosure Agreement regarding technical data provided by the government.
    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.
    Preservation, Hull, Mechanical, and Electrical/Electronic Repairs - VBSS 11MRX1101 and 11MRX1102
    Active
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking small business contractors for the preservation, hull, mechanical, and electrical/electronic repairs of two Visit, Board, Search, and Seizure (VBSS) boats, identified as hull numbers 11MRX1101 and 11MRX1102, located in San Diego, California. The project requires comprehensive repairs including engine maintenance, electrical system upgrades, and compliance with OEM specifications, with work to be performed within a 125-mile radius of the 32nd Street Naval Base. This initiative is crucial for maintaining the operational readiness of the Navy's marine vessels, ensuring adherence to safety and regulatory standards throughout the repair process. Interested vendors must submit a capabilities statement by September 17, 2024, to Roxana Lopez at roxana.a.lopez2.civ@us.navy.mil, with additional contacts provided for inquiries.