W912ER23R0031 - Egyptian Naval Armament Department Shiplift Maintenance Inspections; Ras El Tin Naval Base, Alexandria, Egypt
ID: W912ER23R0031Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW31R ENDIS MIDDLE EASTWINCHESTER, VA, 22604-1450, USA

PSC

INSPECTION- SPECIAL INDUSTRY MACHINERY (H336)

Set Aside

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

    Solicitation DEPT OF DEFENSE is seeking a contractor for the semiannual maintenance inspections of the Shiplift operation at the Ras El Tin Naval Base, Alexandria, Egypt. The service is typically used to ensure the proper functioning and safety of the Shiplift operation. The contract includes a one-year base period with four one-year option periods, totaling eleven inspections if all options are exercised.

    Files
    No associated files provided.
    Similar Opportunities
    SHIPLIFT AND TRANSFER SYSTEM RE-CERTIFICATION
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to award a contract for the re-certification of the shiplift and transfer system at the Surface Forces Logistics Center in Curtis Bay, Maryland. The intent is to award Purchase Order 70Z04025Q60203Y00 to Pearlson Shiplift Corporation, with the procurement being classified under the NAICS code 811310, which pertains to the repair and maintenance of commercial and industrial machinery and equipment. This re-certification is crucial for ensuring the operational readiness and safety of marine equipment used by the Coast Guard. Interested parties can reach out to SK2 Tyrone Johnson at TYRONE.W.JOHNSON@USCG.MIL or call 410-762-6543 for further details regarding this opportunity.
    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.
    IX527 Barge Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division, is seeking proposals for a firm fixed-price contract to provide Preservation, Inspection, Repair, and Maintenance (PIRM) support services for the IX527 Barge located in Ketchikan, Alaska. The procurement aims to ensure the structural integrity and functionality of the barge, which is vital for naval operations, by requiring contractors to perform safe docking, thorough inspections, and compliance with regulatory standards while maintaining effective communication with government representatives. Interested contractors must submit their quotes by November 18, 2024, and can direct inquiries to Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or by phone at 757-469-6784.
    Sources Sought Notice-Material Handling Equipment (MHE)and Shipboard Mobile Support Equipment (SMSE)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC) in Norfolk, Virginia, is conducting a Sources Sought Notice to identify qualified contractors for maintenance, inspection, and repair services related to Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The scope of work includes comprehensive support services such as parts procurement, diagnostics, and compliance with safety regulations, ensuring that contractors can independently perform essential services aboard naval vessels. This opportunity is critical for maintaining operational readiness and logistical support for naval operations, with a focus on quality assurance and adherence to technical standards. Interested parties must submit a capability statement detailing their qualifications and past performance by November 1, 2024, to the primary contact, Alesha Ray, at alesha.j.ray.civ@us.navy.mil, or the secondary contact, Kourtney Brooks, at kourtney.k.brooks.civ@us.navy.mil.
    WINSLOW, GRIESSER TECHNICAL SERVICE BUILD / INSTALL / TESTING OF SHAFT SEALS
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide technical services for the build, installation, and testing of shaft seals for the Coast Guard Cutter Winslow, Griesser, at the U.S. Coast Guard Yard in Baltimore, Maryland. The contractor will be responsible for overseeing the installation and testing of propulsion shaft seals, which includes cleaning, inspecting, and renewing various components, with work scheduled to commence around December 1, 2024. This project is critical for maintaining the operational efficiency and safety of the vessel, adhering to stringent quality management and safety protocols, including compliance with OSHA standards and the RAPIDGate Program for secure access. Interested vendors must submit their quotes by November 1, 2024, to Erica Perry at erica.l.perry@uscg.mil, and ensure adherence to all specified regulations and requirements outlined in the solicitation and attached Statement of Work.
    USNS MERCY (T-AH 19) FY25 MID-TERM AVAILABILITY (MTA) WITH DRY-DOCKING REQUIREMENT
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking contractors for the Mid-Term Availability (MTA) of the USNS MERCY (T-AH 19), which includes a dry-docking requirement estimated to commence around August 15, 2025, lasting for approximately 122 days. The procurement involves various maintenance tasks such as general ship services, equipment replacement and upgrades, inspections, structural repairs, and dry-docking, all to be performed at a West Coast contractor facility. This opportunity is critical for maintaining the operational readiness of the USNS MERCY, a vital asset in the Navy's fleet. Interested contractors must submit their capabilities by October 31, 2024, and are encouraged to review the attached Non-Disclosure Agreement (NDA) to ensure compliance with data protection requirements. For further inquiries, contact Benjamin Brackett at benjamin.b.brackett.civ@us.navy.mil or Colin Edick at colin.j.edick.civ@us.navy.mil.
    Mina Salman Pier Services Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Bahrain, is seeking qualified vendors to provide pier services at the Mina Salman Port in the Kingdom of Bahrain. This procurement is anticipated to result in a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, featuring fixed price Contract Line Item Numbers (CLINs), Sub-Line Item Numbers (SLINs), and Estimated Line Item Numbers (ELINs). The services are critical for supporting naval operations in the region, and only vendors authorized to operate in Bahrain are eligible to submit proposals. Interested parties must submit their proposals by November 25, 2024, at 10:00 AM Local Bahrain Time, and can obtain the Request for Proposal (RFP) by contacting Ryan Decena or Lisbon Dennis via the provided email addresses.
    Exhaust removal system inspection, testing, maintenance and repair
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the inspection, testing, maintenance, and repair of the Plymovent Exhaust Removal System at the Coast Guard Base in Elizabeth City, North Carolina. Contractors are required to provide all necessary supervision, labor, materials, and equipment to ensure the system's functionality, including conducting quarterly inspections and performing repairs as needed, while adhering to safety regulations and quality control measures. This procurement is exclusively set aside for small businesses under NAICS code 561210, with a firm-fixed price contract anticipated. Interested parties must submit their quotes by noon Eastern Time on October 29, 2024, via email to the designated contact, SK1 Luis R. Perez, and ensure compliance with all submission requirements, including an active vendor record at SAM.gov.
    ANNUAL INSPECTION OF HOISTS AND HYDRAULIC LIFTS FOR YOKOTA AB AND TAMA ANNEX
    Active
    Dept Of Defense
    The Department of Defense, specifically the 374th Contracting Squadron, is seeking qualified contractors for the annual inspection of hoists and hydraulic lifts at Yokota Air Base and Tama Annex in Japan. The contractor will be responsible for providing all necessary resources, including personnel, equipment, and materials, to conduct inspections in compliance with Japanese Environmental Governing Standards and other applicable regulations. This contract is crucial for maintaining safety and operational integrity of lifting equipment at military facilities, ensuring adherence to federal standards for maintenance and inspection. Interested contractors must be registered in the System for Award Management (SAM) and submit their quotes by October 28, 2024, with a site visit scheduled for September 26, 2024. For further inquiries, potential bidders can contact Junko Maeda at junko.maeda.jp@us.af.mil or Stephanie M. Torres at stephanie.torres.11@us.af.mil.
    Forklift and Lift Equipment Maintenance for Raven Rock Mountain Complex
    Active
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking potential vendors to provide maintenance services for forklifts and lift equipment at the Raven Rock Mountain Complex in Maryland. The procurement includes comprehensive maintenance tasks such as annual inspections, preventive and corrective maintenance, and emergency repairs for specific equipment from manufacturers like JLG, Genie, and Clark. This contract is crucial for ensuring operational efficiency and safety compliance, with a structure comprising a 12-month base period and four option years. Interested contractors, particularly those classified as Small, HUB-Zone, or Service-Disabled Veteran-Owned Small Businesses, must submit their capabilities and previous experience by November 15, 2024, to primary contact Stacy Alleyne at stacy.n.alleyne.ctr@mail.mil or secondary contact Keisha Simmons at Keisha.L.Simmons.civ@mail.mil.