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.