Deck Tile Covering System (Ripout/Install)
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

MARINE HARDWARE AND HULL ITEMS (2040)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    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
    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.
    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.
    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.
    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.
    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
    Deck Preservation FY26 on USCGC USCG STONE (WMSL 758)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Deck Preservation FY26 project on the USCGC USCG STONE (WMSL 758). This procurement involves renewing the slip-resistant deck covering in designated areas, including the Fore Deck, Bridge Wings, and Amidships 01 Deck, utilizing MIL-PRF-24667D Type V Comp. G/D/L Non-skid coating, along with extensive surface preparation and quality assurance measures. The work is critical for maintaining the vessel's operational integrity and safety, with the contract set to be awarded based on the Lowest Price Technically Acceptable (LPTA) method. Proposals are due by December 18, 2025, with the performance period scheduled from January 12, 2026, to February 17, 2026. Interested parties can contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or by phone at 510-501-5550 for further details.
    20--TILE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of tiles under the solicitation titled "20--TILE." The contract involves the manufacture and supply of two line items, each requiring a quantity of 2,100 tiles, which are part of the Special Hull Treatment (SHT) Program. These tiles are critical for the maintenance and operational integrity of naval vessels, emphasizing the importance of quality and compliance with stringent military specifications. Interested contractors must submit their proposals by February 13, 2026, and can direct inquiries to Vincent Molesky at vincent.e.molesky.civ@us.navy.mil or by phone at 717-605-3353.
    20--TILE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of TILE, identified by National Stock Number (NSN) 1HM 2090 015856243 ST, with a total quantity of 1,417 units. This procurement is critical for the maintenance and operational readiness of naval vessels, as the TILE is a component used in shipbuilding and repair, falling under the NAICS code 336611. Proposals must be submitted by December 22, 2025, and interested contractors are required to have a valid U.S. Security Clearance of CONFIDENTIAL or higher to access the classified annex associated with this solicitation. For further inquiries, potential bidders can contact Vincent Molesky at vincent.e.molesky.civ@us.navy.mil or by telephone at 717-605-3353.
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    20--TILE,BLANK,24X36
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of 7,500 units of TILE, BLANK, 24X36, under solicitation N00104-25-R-XXXX. This contract requires the contractor to manufacture and deliver tiles that meet specific design and quality standards, including compliance with MIL-I-45208 and the provision of a Certificate of Conformance for each item. The tiles are critical components used in naval applications, emphasizing the importance of quality and adherence to military specifications. Interested contractors must have a valid U.S. security clearance and are required to submit their proposals by the revised deadline of November 7, 2025. For further inquiries, potential bidders can contact Alison Bruker at 717-605-6447 or via email at alison.n.bruker.civ@us.navy.mil.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is soliciting proposals for the Military Construction Project (MILCON) P1080, which focuses on Power Reliability and Water Resiliency Upgrades at the Portsmouth Naval Shipyard in Kittery, Maine. The project aims to enhance the electric and water utility systems that support nuclear-powered submarines and associated facilities, involving significant upgrades to power distribution, energy storage, and water infrastructure. This initiative is critical for ensuring the operational reliability and resiliency of essential military utilities. Proposals are due by February 10, 2026, with a mandatory site visit scheduled for December 16, 2025, requiring prior security clearance and proof of U.S. citizenship. Interested parties can contact Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further information.
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking contractors for a Multiple Award Construction Contract (MACC) focused on Design-Build and Design-Bid-Build projects primarily at the Portsmouth Naval Shipyard in Kittery, Maine, and the Norfolk Naval Shipyard in Portsmouth, Virginia. The MACC, with a not-to-exceed value of $4 billion, will encompass new construction, renovation, alteration, and repair of large general, industrial, and waterfront facilities, supporting the Shipyard Infrastructure Optimization Program (SIOP). This unrestricted competition aims to award approximately five contracts for a three-year base period with two additional one-year options, including an initial seed project valued between $25 million and $100 million. Interested contractors must be registered in SAM and can reach out to Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further inquiries. The solicitation is anticipated to be issued on or after November 25, 2025, with awards expected in the first quarter of FY27.
    20--TILE 24 X24 INCH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of 2,000 units of 24 x 24 inch tiles, identified by NSN 2090 016160268 ST. The procurement requires engineering source approval to ensure the quality of the part, necessitating that all suppliers demonstrate existing unique design capabilities and manufacturing knowledge. These tiles are critical components for naval applications, and the contract will be awarded on a firm-fixed-price basis, with a due date for offers set for December 31, 2025. Interested vendors must submit their quotes via email to Alison Bruker at alison.n.bruker.civ@us.navy.mil, and must possess a valid U.S. security clearance due to the classified nature of the associated documents.