Shop 89 Touch Labor Support - Shipwrights
ID: N4215826RS004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)

Set Aside

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

    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from qualified small businesses to provide touch labor support services for shipwrights under the contract titled "Shop 89 Touch Labor Support - Shipwrights." The procurement aims to secure skilled personnel in various trades, including Shipwrights, Program Managers, Project Managers, and Supervisors, to support maintenance and repair operations on USS vessels, with a contract period anticipated from February 2, 2026, to January 29, 2027, and an option to extend through July 30, 2027. This contract is critical for maintaining the operational readiness of naval vessels and ensuring compliance with federal, state, and local regulations. Interested parties should direct inquiries to Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil, and must acknowledge receipt of the solicitation amendment by the specified deadline to avoid rejection of their offers.

    Files
    Title
    Posted
    This government solicitation, N4215826RS004, is a Women-Owned Small Business (WOSB) Request for Proposal (RFP) for "Shop 89 Touch Labor - Shipwrights" at the Norfolk Naval Shipyard. The RFP, issued by Melissa White, seeks bids for various shipwright and management roles, including first and second shift work, overtime, and program/project managers. The contract includes a base year and option years with firm-fixed-price arrangements. Inspection and acceptance of services will occur at the Norfolk Naval Shipyard. The document outlines numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, emphasizing small business subcontracting limitations, post-award small business program rerepresentation, and Wide Area WorkFlow (WAWF) payment instructions. It also specifies the equivalent rates for federal hires for shipwrights.
    The Contract Data Requirements List (CDRL) outlines the requirements for a “FUNDS AND MAN-HOURS EXPENDITURE REPORT” and a “MAN-HOUR STATUS REPORT WITH METRICS” for the Norfolk Naval Shipyard (NNSY). This data item, A004, is categorized as “OTHER” and pertains to the “Standalone Shop 89.” The report is required monthly and upon request, with the first submission due the first week of the month following the Task Order start. Subsequent submissions are due every 35 calendar days or within seven days after the end of each calendar month. The final submission is one week after Task Order completion. The report must be submitted electronically in EXCEL format to the NNSY COR/TPOC. Distribution is authorized to U.S. Government agencies and their contractors, with other requests referred to NNSY. Contact information for NNSY representatives will be determined at contract award. The document emphasizes the reporting burden and the importance of complying with OMB control numbers.
    The document is a Contract Data Requirements List (CDRL) for a "CERTIFICATION DATA REPORT" concerning "SHIPYARD MANDATORY ANNUAL TRAINING RECORDS." This data item, A005, is required by the Norfolk Naval Shipyard (NNSY) under PWS Paras 4.1 and 5.7. The contractor must submit this report electronically in EXCEL format to the NNSY COR/TPOC. The first submission is due by noon on the Thursday prior to onboarding, with subsequent submissions required weekly until 100% manning is achieved or as personnel changes occur. The final submission is upon Task Order completion. Distribution is restricted to U.S. Government agencies and their contractors. This CDRL ensures the NNSY receives timely and accurate training certification data for shipyard personnel.
    The Contract Data Requirements List (CDRL) outlines the submission requirements for a
    The Contract Data Requirements List (CDRL) is a federal government form (DD Form 1423-1, Feb 2001) used to specify data deliverables for contracts, particularly within federal RFPs and grants. This specific CDRL details a requirement for
    The Contract Data Requirements List (CDRL) (DD Form 1423-1, Feb 2001) outlines the data deliverables for a government contract, specifically detailing a "CONTRACTOR'S PERSONNEL ROSTER MANNING FORECAST" (Data Item A008). This forecast is required by PWS Paragraphs 4.1, 5.7, and 10, and is to be submitted weekly, electronically, in Microsoft Excel 2016 or higher format. The first submission is due one week prior to the badging event of each contractor employee. Key distribution details include an unlimited public release statement and specifies delivery to the NNSY designated representative, with contact information for the NNSY COR, ACOR, Contracting Officer, and TPOC to be determined at contract award. The document also includes an estimated public reporting burden of 110 hours.
    The Norfolk Naval Shipyard (NNSY) Operations Security (OPSEC) Plan for Contractors outlines essential security requirements for contractors conducting sensitive work, classified or unclassified. The plan defines Critical Information (CI) as sensitive data requiring protection from adversaries to prevent operational, economic, political, or technological disadvantages. It details a five-step OPSEC process: identifying CI, analyzing threats and vulnerabilities, assessing risks, and applying countermeasures. Prime contractors are responsible for implementing and enforcing this plan, ensuring all personnel comply with security procedures. The document prohibits unauthorized disclosure of Naval Nuclear Propulsion Information (NNPI), classified data, and CUI on public platforms. It also mandates strict control over government identification and adherence to NNSY's Portable Electronic Device (PED) policy, restricting photography and recording in designated areas. Contractors must complete Cyber Awareness, OPSEC, and CUI training. Disclosure of CI can lead to contract termination and investigation, with reporting of any compromise immediately required to the Command Security Manager or NCIS. The Prime Contractor must sign the plan, affirming compliance and safeguarding personnel identity.
    The document states that the file cannot be displayed and advises the user to upgrade their PDF viewer to the latest version of Adobe Reader. It provides links for downloading Adobe Reader for Windows, Mac, or Linux, and for obtaining further assistance. The document also includes trademark information for Windows, Mac, and Linux. This indicates that the provided file is a placeholder or an error message within a government document, rather than the content of an RFP or grant itself.
    This Statement of Work outlines the requirements for providing touch labor support to the Norfolk Naval Shipyard (NNSY) for various USS vessels. The contractor is responsible for supplying highly skilled personnel in trades such as Shipwrights (Staging/Shrink-Wrap), Program Managers, Project Managers, and Supervisors. The work will be performed at NNSY, Portsmouth, VA, and NSN, Norfolk, VA, from February 2, 2026, to January 29, 2027, with an option for an extended period. The document details estimated man-hours, job roles, and specific staffing levels. Contractors must adhere to all federal, state, and local environmental and safety regulations, with strict coordination processes involving NNSY representatives. Key responsibilities include managing personnel assignments, ensuring daily onboard counts, resolving conflicts, and maintaining accurate time tracking. All personnel require
    This government file, Wage Determination No.: 2015-4341 Revision No.: 31, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in specific counties of North Carolina and Virginia. It details hourly wage rates for various occupations, ranging from administrative support to technical and protective services. The document emphasizes compliance with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), which mandate minimum wages for federal contractors and include provisions for paid sick leave under EO 13706. It also specifies health and welfare benefits, vacation accrual, and eleven paid holidays. Special conditions for computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances are also provided. The conformance process for unlisted job classifications is detailed, ensuring fair compensation for all employees on covered contracts.
    The Quality Assurance Surveillance Plan (QASP) for NNSY Production Support Touch Labor in Shop 89 outlines the procedures and guidelines for the Norfolk Naval Shipyard (NNSY) to monitor contractor performance. This QASP, issued September 10, 2025, is for informational purposes only and is not part of any Request for Proposal or contract. It details the roles and responsibilities of key personnel, including the Contracting Officer, COR, Cost Monitor, Project Manager, and Technical Point of Contact. The plan emphasizes a performance-based management approach, focusing on outcomes rather than processes, and defines methodologies such as random monitoring, 100% inspection, and periodic inspection. It also incorporates customer feedback and acceptable quality levels. The QASP outlines documentation requirements for quality assurance and procedures for analyzing performance assessments, reporting, and resolving issues.
    The document details pay rates and hours for various job titles, likely in the context of government contracting or grant-funded projects. It presents three distinct tables, each breaking down standard (ST) and overtime (OT) pay rates, as well as ST and OT hours, for Shipwrights, Program Managers, Project Managers, and Supervisors. While the first table includes total ST and OT pay rates, the subsequent tables only provide ST and OT pay rates without corresponding totals for hours. The consistent formatting and job roles across the tables suggest a comparison of different periods or scenarios related to labor costs and allocation within a project. The repeated structure and data points emphasize the financial and human resource aspects of the work performed.
    Attachment 6, titled “CONTRACTOR’S CURRENT CAPACITY,” is a source selection information document outlining a contractor's capabilities for government projects. It requires the contractor to detail their ongoing Department of Defense (DoD) and commercial jobs, including vessel names, percentage complete, and dedicated equipment and manpower. The document also asks about weekend and shift work, and plans to reallocate resources. A separate section focuses on labor capacity, requesting the total number of qualified employees and those specifically assigned to the requirement. This attachment serves as a critical tool for evaluating a contractor’s ability to undertake and successfully complete new government contracts, ensuring they have the necessary resources and can manage concurrent projects effectively.
    This government file, a Contract Data Requirements List (CDRL), details the requirements for contractors to submit a "Contractor's Personnel Roster." This roster, designated as Data Item A001, is crucial for tracking on-boarding, training, and replacement personnel, aligning with Performance Work Statement (PWS) Paragraphs 5.6 and 5.7. The document specifies that the first submission is due one week after contract award, with subsequent weekly submissions required until 100% manning is achieved and for any personnel replacements. All submissions must be electronic, in EXCEL format, and sent to the Norfolk Naval Shipyard (NNSY) COR/TPOC. The file also outlines distribution limitations, restricting access to U.S. Government agencies and their contractors, with other requests referred to NNSY. This CDRL ensures consistent and timely reporting of personnel data, essential for effective contract management and oversight within federal government RFPs.
    The provided document is a Contract Data Requirements List (CDRL), Form DD 1423-1, outlining the data submission requirements for a government contract. Specifically, it details the submission of a "Certification Data Report" (Data Item A002) which is a "QUALIFICATIONS/ TRAINING RECORD" for personnel. The report is limited to employee name, trade, qualifications, and qualification expiration date. Distribution is restricted to U.S. Government agencies and their contractors. The submission frequency is
    The "CONTRACT DATA REQUIREMENTS LIST (CDRL)" outlines the requirements for contractors to submit a "WEEKLY TIME SHEET ATTENDANCE REPORT." This document specifies that the report, identified as Data Item A003, is mandatory and must be submitted electronically in EXCEL format to the Norfolk Naval Shipyard (NNSY) COR/TPOC. Submissions are required weekly, with the first report due the first business day after the week worked and subsequent submissions as needed for personnel changes. The report must include details such as the employee's name, badge number, labor category, job order, project, and daily straight time and overtime hours. Distribution is restricted to U.S. Government agencies and their contractors. This CDRL is crucial for tracking contractor labor and attendance, ensuring compliance, and managing task order completion within federal government contracting. Specific NNSY contact information will be determined at contract award.
    This document addresses questions and government answers related to a federal government RFP, likely for a shipwright services contract. Key points clarify that there are no page limitations for the technical write-up (Factor 1), and the labor category for wage determination is Laborer (Shipwright) at a minimum of $17.75, with a recommendation to bid reflective of industry standards. The Performance Work Statement (PWS) has been updated to include trade-specific requirements for the Shipwright labor category. The government's required response time for overtime concurrence is 24 hours, and NNSY does not provide any PPE or specialized safety equipment. If an employee fails their first skills validation attempt, the government's timeline for remediation guidance and scheduling a second attempt is 30 days. The government will provide 72 hours' notice before shifting personnel between shifts and will compensate labor hours for required non-production tasks. Only one supervisor resume is needed for the proposal, with one supervisor required per shift. Finally, the correct period of performance is confirmed as 2/1/26-1/31/27.
    This government solicitation, N4215826RS0040001, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide "Shop 89 Touch Labor - Shipwrights" services at the Norfolk Naval Shipyard. The contract includes various labor categories such as Shipwrights (Staging/Shrink-Wrap) for first and second shifts, including overtime, as well as Program Manager, Project Manager, and Supervisor roles, also with overtime options. The period of performance for the base contract is from February 1, 2026, to January 31, 2027. All services require inspection and acceptance at the Norfolk Naval Shipyard. The document incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, emphasizing compliance with small business subcontracting limitations, post-award small business program rerepresentation, and electronic invoicing via Wide Area WorkFlow (WAWF).
    This document is Amendment/Modification 0001 to Solicitation N4215826RS004, issued by the Norfolk Naval Shipyard on December 2, 2025. The amendment updates the Statement of Work and includes answers to questions. It specifies that offers must acknowledge receipt of the amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter or electronic communication. Failure to acknowledge receipt by the specified time may result in the rejection of the offer. This modification adds "PWS Statement of Work" and "Questions and Answers" as attachments, while deleting the previous "PWS_Statement of Work." All other terms and conditions of the original solicitation remain unchanged.
    This Statement of Work outlines the requirements for providing touch labor services to the Norfolk Naval Shipyard (NNSY) for various USS vessels. The contractor must provide highly skilled personnel in trades such as Shipwright (Staging/Shrink-Wrap), Program Managers, Project Managers, and Supervisors. The base contract covers February 2026 to January 2027, with an option for February 2027 to July 2027. All work must comply with federal, state, and local environmental and safety regulations. The contractor is responsible for supervision, communication with NNSY, access authorization, employee skills tracking, qualification records, and adherence to quality control and safety standards. Specific training, security clearances (red badging), and reporting requirements for manpower and injuries are detailed. Portable electronic devices are restricted in certain areas. The contractor must report labor hours via SAM.gov.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Production Support: Forklift Drivers
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified small businesses to provide production support services, including forklift drivers, under a Firm-Fixed-Price contract. The procurement is focused on shipbuilding and repairing services, which are critical for maintaining naval capabilities and operational readiness. The solicitation is anticipated to be posted on December 5, 2025, with a closing date of December 18, 2025, and interested parties must ensure they are registered in the System for Award Management (SAM) to participate. For further inquiries, potential offerors can contact Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and modernization of Building 171 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project, estimated to cost between $10 million and $25 million, involves critical upgrades including roof repairs, structural strengthening, electrical enhancements, and life safety improvements, supporting essential subsurface machine shop operations for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis, with a completion deadline of 630 calendar days from the start date. Interested contractors must submit their proposals by December 9, 2025, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    USS FORREST SHERMAN FY22 EM01 J&A
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the emergent repair of the USS FORREST SHERMAN, with the work to be performed at the Mid Atlantic Regional Maintenance Center in Norfolk, Virginia. This procurement involves non-nuclear ship repair services, which are critical for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Lyn E. Sylfest at lyn.sylfest@navy.mil or by phone at 757-434-0891 for further details regarding the contract. The opportunity is categorized under PSC code J998, indicating its focus on ship repair services.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Buyer not available
    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.
    L019 - Safe Haven lay/docking services.
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    FY26 USNS KANAWHA MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement is aimed at securing services related to shipbuilding and repairing, with a focus on non-nuclear ship repair as indicated by the associated NAICS and PSC codes. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested parties must submit their proposals by December 12, 2025, at 3:00 PM EST, and can direct inquiries to Susan Bryant at susan.b.bryant.civ@us.navy.mil or by phone at 757-777-4648.
    NNSY Job Fair Advertising
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is seeking qualified small businesses to provide advertising services in support of its Job Fair scheduled for 2025. The procurement aims to deliver comprehensive advertising solutions, including radio and television campaigns, to effectively promote job opportunities in engineering and technician roles at NNSY, utilizing various media platforms and targeted advertising strategies. This initiative is crucial for enhancing recruitment efforts for critical workforce positions within the shipyard, ensuring compliance with federal regulations and promoting small business participation. Interested contractors should note that a solicitation is anticipated to be posted around December 3, 2025, and can contact Jason D. Fittro at Jason.Fittro@navy.mil or Denise J. Swain at denise.j.swain.civ@us.navy.mil for further information.
    V47 Waterfront Operations
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division (NSWCCDDN) Detachment Norfolk, is seeking contractor support for Waterfront Operations at Naval Station Norfolk, Virginia. The procurement encompasses a range of services including transition, program management, operations management, reporting, safety compliance oversight, operation of small watercraft, industrial maintenance and repair, as well as Research and Development, Test and Evaluation project support. These services are critical for maintaining operational readiness and safety compliance in naval operations. Interested contractors can reach out to Michael Rossik at michael.e.rossik.civ@us.navy.mil or by phone at 301-412-9761, or Xenia Lira at caroline.x.lira.civ@us.navy.mil or 757-663-2605 for further details.
    Floating Plant Vessel Repair IDIQ MATOC-PreSolicitation
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Norfolk District, is preparing to issue a presolicitation for a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Preventative Maintenance and Vessel Repair Services. This contract, which is a total small business set-aside, aims to streamline the procurement process for rapid repair and maintenance of the Norfolk District Floating Plant, which plays a critical role in ensuring safe navigation in federal channels and waterways. The contract will cover a range of services including underwater hull repairs, propulsion system maintenance, and other essential repairs, with a minimum guarantee task order amount of $2,500. Interested contractors must be registered in the DoD System for Award Management (SAM) and are encouraged to monitor SAM.gov for the anticipated Request for Proposal, expected around October 2025. For inquiries, potential offerors can contact Amy Coody at amy.h.coody@usace.army.mil or Stormie Wicks at stormie.b.wicks@usace.army.mil.
    Maintenance, Repair, and Preservation of YT-810
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the YT-810 Deception harbor tug. The contract will involve a range of tasks including vessel cleaning, hull preservation, and various repairs, with the work scheduled to take place from March 19 to June 11, 2026, in the Puget Sound, WA region. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which plays a vital role in naval operations. Interested contractors must submit their quotes by December 12, 2025, and are encouraged to participate in a secondary ship check on December 2, 2025; for further inquiries, they may contact Alice Robertson or Chris Davidson via the provided email addresses.