Deck Tile Covering System (Ripout/Install)_Rev4
ID: N3904025Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 14, 2025, 12:00 AM UTC
  3. 3
    Due Mar 18, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Portsmouth Naval Shipyard, is seeking proposals for the removal and installation of a Deck Tile Covering System aboard a 688 Class Submarine located in Kittery, Maine. The project involves a two-phase approach: the removal of existing vinyl and wet deck coverings starting in May 2025, followed by the installation of new materials beginning in April 2026, with specific responsibilities outlined in the Statement of Work (SOW). This procurement is critical for maintaining the operational readiness of naval vessels, ensuring compliance with safety and environmental standards throughout the process. Interested contractors must submit their quotes by March 18, 2025, and can contact Alyssa Cress at alyssa.a.cress.civ@us.navy.mil or (207) 994-0740 for further details.

Point(s) of Contact
Files
Title
Posted
Mar 15, 2025, 2:04 AM UTC
The Portsmouth Naval Shipyard (PNSY) outlines Operations Security (OPSEC) contract requirements to safeguard sensitive information during contract performance. OPSEC aims to protect critical information and indicators (CII) from unauthorized disclosure, regardless of classification. Contractors must submit an OPSEC Plan post-award, detailing their OPSEC activities and verifying that all personnel avoid disclosing classified or sensitive information. Contractors are prohibited from sharing sensitive data on personal accounts or public platforms, and any media inquiries must go through the PNSY Security and Public Affairs Office. The document emphasizes that inadvertent or intentional disclosure of CII could result in personnel removal, contract termination, and potential criminal penalties. Additionally, the PNSY Portable Electronic Device (PED) Policy regulates the use of portable devices capable of recording or transmitting sensitive information, underscoring the importance of coordination with security measures before device usage. The document also provides a list of critical information that must be closely guarded and outlines countermeasures to mitigate risks, such as shredding sensitive documents and reporting unauthorized disclosures. Overall, this document underscores the commitment to security and compliance in operations at the PNSY.
Mar 15, 2025, 2:04 AM UTC
This Request for Quotation (RFQ), numbered N3904025Q0015, from the Portsmouth Naval Shipyard seeks proposals for the ripout, cleaning, preparation, and installation of vinyl and wet decking across specified locations aboard a vessel. The RFQ specifies quantities of materials and their respective square footage, with a Notice to Proceed anticipated around May 2025, and activities to be completed by January 2026. Suppliers are asked to provide pricing, availability, and payment terms, with an emphasis on mobilization time and price justification including breakdowns for materials, travel, and labor. Various clauses are included concerning compliance, contracting restrictions, safety standards, insurance requirements, and procedures for handling disclosures, underscoring the contract’s legal and operational framework. Notably, the procurement emphasizes an "All or None" award basis, indicating a preference for supplier bids that cover all items. The document reinforces the Government's commitment to quality, safety, and regulatory compliance, crucial for the effective maintenance and repair of naval vessels.
Mar 15, 2025, 2:04 AM UTC
The Quality Assurance Surveillance Plan (QASP) for the replacement of the Deck Covering System at the Portsmouth Naval Shipyard outlines a structured approach to assess contractor performance. It details monitoring aspects such as what will be observed, the methods of monitoring, and documentation processes. Key personnel roles include the Contracting Officer, Contract Specialist, and Contracting Officer's Representative, each responsible for enforcing contract terms and conducting surveillance. Various performance standards are established to measure contractor output, with evaluation methods ranging from direct observation to user surveys and statistical sampling. Ratings from exceptional to unsatisfactory are assigned to gauge performance levels against established standards. Documentation requirements for both satisfactory and unsatisfactory performance ensure accountability and the potential for corrective action plans. This plan serves as a dynamic reference, subject to revisions to maintain its effectiveness throughout the contract’s duration. Overall, the QASP aims to ensure that all contract work meets government standards while managing risks associated with unforeseen circumstances.
Mar 15, 2025, 2:04 AM UTC
The document outlines a solicitation for contract work at Portsmouth Naval Shipyard in Kittery, ME, specifically for a 688 Class Submarine over two main phases: removal and installation. The Removal Phase is expected to begin on May 1, 2025, lasting approximately 4 months, contingent on project progression and space availability. Contractors must manage debris during this phase. The Installation Phase is projected to start on April 1, 2026, lasting about 6 months, with contractors responsible for post-installation protection of the decking. A detailed Scope of Work (SOW) provides specific contractor responsibilities. Contractors are instructed to submit cost estimates broken down by square foot, including labor hours and any additional travel costs, while maintaining clarity on mobilization time post-award notification. The document also specifies various sections requiring work across multiple compartments in the submarine, with some sections categorized as base and others as optional. This RFP reflects typical government processes aimed at ensuring compliance, performance efficiency, and clear cost accountability in public contracts, emphasizing the need for contractors to meticulously adhere to guidelines provided.
Mar 15, 2025, 2:04 AM UTC
The Portsmouth Naval Shipyard is soliciting contractor services for the removal, repair, and replacement of vinyl deck tiles and wet deck covering systems. The scope includes providing all necessary labor, materials, and equipment for this work across designated base and optional locations. Contractors must adhere to strict environmental, safety, and quality management standards, including compliance with regulations regarding hazardous substances, workplace safety, and material handling. Key tasks include removing existing deck coverings, executing surface preparation, and installing new materials while ensuring proper waste management and environmental controls. A thorough walk-through with relevant personnel is required before work begins to document existing conditions and discrepancies. Contractors must also manage logistics related to personnel access, project schedules, and safety protocols, including mandatory training. Additionally, the contract encompasses various operational requirements such as ensuring cleanliness, managing hazardous waste, and adhering to specific safety and health guidelines. The document emphasizes the importance of maintaining compliance with federal and local regulations throughout the project lifecycle, aiming to enhance the operational readiness of the shipyard while ensuring the safety of personnel and environmental protection.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
DESIGN-BID-BUILD, P-347 PERIMETER SECURITY IMPROVEMENTS, PORTSMOUTH NAVAL SHIPYARD, NCTS CUTLER, MAINE
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build (DBB) project focused on perimeter security improvements at the Portsmouth Naval Shipyard, located in Cutler, Maine. This project aims to enhance security measures through the installation of various protective structures, including fencing, gates, and barriers, while ensuring compliance with safety and environmental regulations. The improvements are critical for maintaining the security of military installations and aligning with Department of Defense standards. Interested contractors should submit their proposals, including past performance questionnaires and pricing schedules, by the specified deadlines, and may contact Mary Pool at mary.pool@navy.mil or 757-341-0559 for further information.
N3904025Q1002 Barge Repair, Groton, CT.
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting bids for the repair and modernization of the C300 YFBN-41 Barge at the Portsmouth Naval Shipyard in Groton, Connecticut. The project requires a contractor to perform various repair services, including modernizing the flooding system, installing a fire alarm, and maintaining potable water and sewage systems, all in compliance with strict safety and quality standards. This procurement is critical for maintaining naval infrastructure and ensuring operational readiness, with a firm-fixed-price contract expected to be awarded following a mandatory site visit on March 12, 2025. Interested offerors must RSVP by March 10, 2025, and direct inquiries to Gary W. Murdock at gary.w.murdock.civ@us.navy.mil or by phone at 207-994-0292.
Commercial Industrial Services (CIS) Non-Skid Deck Covering Services Follow-On MAC-IDIQ
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center, is issuing a Request for Proposal (RFP) for Commercial Industrial Services (CIS) Non-Skid Deck Covering Services to support U.S. Navy ships within a 50-mile radius of San Diego, CA. The selected offeror(s) will be responsible for providing all necessary labor, services, equipment, and materials for the removal of existing non-skid deck coverings and the installation of new systems, adhering to the latest specifications and NAVSEA Standard Items. This procurement is critical for maintaining the operational readiness and safety of Navy vessels, and it will be conducted as a multiple award indefinite delivery/indefinite quantity (IDIQ) contract with five ordering year periods, set aside exclusively for small businesses under NAICS code 336611. Interested parties should contact Alisha Bloor at alisha.r.bloor.civ@us.navy.mil or Cindy Wong at cindy.p.wong2.civ@us.navy.mil for further details, as proposals will be evaluated based on past performance, technical merit, and price.
Bldg. 221 - Replace lower float pier access panels
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the replacement of lower float pier access panels at Building 221. This project involves the removal and disposal of existing panels and the installation of new stainless steel access panels, with a focus on safety, quality compliance, and environmental responsibility. The contract is set aside exclusively for small businesses, with an estimated value between $25,000 and $100,000, and is anticipated to be awarded by June 18, 2025. Interested contractors must register in the System for Award Management (SAM) and submit inquiries to Michelle Farrales or James Wasson via email for further clarification on the solicitation requirements.
MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command, is soliciting proposals for the modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This Design-Bid-Build project aims to enhance the facility's operational capabilities by rebuilding caisson seats, refurbishing the dock floor, and constructing new utility systems, with a focus on safety and environmental compliance. The modernization is critical for supporting submarine repairs and ensuring the Navy's long-term mission readiness. Interested contractors must submit their proposals electronically by June 6, 2025, with a minimum small business participation requirement of 20% of the contract value. For further inquiries, contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.
USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77). This procurement requires a highly capable contractor to perform maintenance, modernization, and repair services, necessitating substantial facilities and skilled human resources to manage and integrate various ship maintenance tasks. The contracts, expected to be awarded as two separate Firm-Fixed-Price agreements, will be executed on the West Coast, with proposals due by May 6, 2025. Interested contractors should contact Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil or Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil for further details and access to restricted files.
TPS Cover
Buyer not available
The Department of Defense, through the Defense Logistics Agency Maritime – Portsmouth, is seeking quotations for the procurement of a TPS Cover, which must be manufactured according to provided specifications and drawings. This requirement is critical for operations at the Portsmouth Naval Shipyard, emphasizing the need for compliance with technical specifications and delivery timelines. Interested vendors must submit their quotations by April 17, 2025, ensuring they are registered in the System for Award Management (SAM) and adhere to various federal regulations, including those related to telecommunications equipment and cybersecurity. For further inquiries, vendors can contact Thomas Apple at Thomas.AppleJr@dla.mil.
LSV Coating Removal
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure specialized sail coating removal services for Landing Ship Vehicle (LSV) sails from Washington Marine Cleaning, LLC (WMC) on a sole-source basis. The procurement is necessary due to the unique capabilities and experience required for safely performing this specialized task, which cannot be met by other contractors in the market. The contract will be executed as a firm-fixed-price purchase order, with a performance period from April 30, 2025, to September 30, 2025, and delivery to NSWC Carderock in Bethesda, Maryland. Interested parties may submit a capabilities statement by 11:59 AM on April 18, 2025, and inquiries should be directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
Machining of Forward most 25 feet of ACE 3 Deck Edge Door Lower Track on CVN
Buyer not available
The Department of Defense, through the Norfolk Naval Shipyard, is soliciting bids for the machining of the forwardmost 25 feet of the ACE 3 Deck Edge Door Lower Track on the USS CVN. The contractor will be responsible for machining the deck edge door to ensure it closes completely, which is critical for operational safety and functionality. This project falls under the Ship Building and Repairing industry and is set aside for small businesses, specifically targeting Women-Owned Small Businesses (WOSB). The period of performance is scheduled from April 24, 2025, to May 22, 2025, and interested vendors must submit their quotes along with past performance information by the specified deadline. For further inquiries, potential bidders can contact Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil or Julian Wheeler at julian.c.wheeler.civ@us.navy.mil.
USCGC WAESCHE FLOORING UPGRADES
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for flooring upgrades aboard the USCGC Waesche, focusing on the Officer Wardroom, First Class Lounge, and Crew Lounge, with a completion deadline of June 13, 2025. The project entails the removal of existing vinyl and carpet flooring and the installation of Mannington Amtico Spacia Decking, requiring thorough surface preparation down to bare metal, the installation of self-leveling underlayment, and cove base installation around the perimeter. This upgrade is crucial for maintaining the structural integrity and aesthetic quality of essential living spaces on the vessel, adhering to safety and regulatory standards outlined in Coast Guard specifications. Interested contractors should contact Aaron Benson at aaron.d.benson@uscg.mil or Julia VanLuven at Julia.L.Vanluven@uscg.mil for further details.