Elevator Support Unit (ESU)
ID: N00024-25-R-4154Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Ship Building and Repairing (336611)

PSC

COMBAT SHIPS AND LANDING VESSELS (1905)
Timeline
    Description

    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is preparing to solicit a contract for the procurement of engineering support, maintenance, operator training, and technical repair services for shipboard elevators and cargo handling equipment on U.S. Navy Aircraft Carriers and Amphibious Ships. This contract aims to ensure the effective overhaul, modernization, and repair of critical systems installed on vessels such as CVNs, LPDs, LHDs, LHAs, and LSDs, with work expected to occur globally at major locations including Norfolk, VA; San Diego, CA; Bremerton, WA; Everett, WA; and Yokosuka, Japan. The anticipated contract will be awarded through full and open competition as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period, and interested vendors are encouraged to submit a DD Form 2345 to access sensitive technical data related to the solicitation. For further inquiries, interested parties may contact Sakeena Siddiqi at sakeena.s.siddiqi.civ@us.navy.mil or Tyler Pacak at tyler.p.pacak.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Militarily Critical Technical Data Agreement (DD Form 2345), essential for entities seeking access to U.S. or Canadian military technical data as part of the Joint Certification Program. It mandates a clear submission type—initial, revision, or renewal—and requires detailed information from the submitting entity, including its legal name, CAGE code, address, and the key data custodians responsible for handling sensitive information. The form emphasizes compliance with U.S. and Canadian export control laws, requiring certifications from the entity regarding the lawful residency status of custodians and prohibiting access to unauthorized individuals. It also necessitates the authorized representative's certification of the provided information, alongside a protocol for approval and certification management by governmental authorities. The agreement serves to protect sensitive military data while facilitating legitimate business operations within government contracting scenarios. Adherence to strict documentation and disclosure requirements is crucial for entities looking to engage in contracts involving militarily critical data. Overall, this form acts as a crucial gatekeeper for ensuring that technical information is safeguarded against unauthorized dissemination while enabling compliance with military and trade regulations.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.
    53--Elevator Parts
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking suppliers for an Indefinite Quantity Contract (IQC) or Long-Term Contract (LTC) for various elevator parts specifically designed for Marine Elevators. This procurement involves replacement parts identified by National Stock Numbers (NSNs) listed in the accompanying spreadsheet, with an annual demand value estimated at $5,307,819.19, highlighting the critical nature of these components for military operations. Interested vendors are encouraged to provide information regarding their capabilities, including company size, classification, and pricing structures, and should contact Patrick Laugherty at patrick.laugherty@dla.mil or 614-693-1133 for further details.
    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.
    LCU-1651 DSRA 6B1 44pkg (svc)
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and alteration of the LCU-1651 vessel, with a focus on a comprehensive scope of work involving forty-four Industrial Control Numbers (ICNs) and anticipated growth work. The procurement aims to address critical maintenance needs, including structural repairs, preservation tasks, and upgrades essential for the operational readiness of the vessel, which plays a vital role in naval operations. Interested contractors must possess a current Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) with the U.S. Navy, with the contract expected to be awarded by January 30, 2026. For further inquiries, contractors can contact Hiromi Kurita at hiromi.kurita.ln@us.navy.mil or Jason M. Rankin at jason.m.rankin6.civ@us.navy.mil.
    Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) Availabilities Including Option Year Quantities
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Walashek Industrial and Marine, Inc. for the completion of up to seven Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) availabilities, including option year quantities. This Firm-Fixed Price contract will encompass necessary material and labor to address emergent issues identified during pre-overhaul tests and inspections, ensuring the crafts are returned to the Fleet in a fully mission-capable status. The LCACs are critical for amphibious operations, and this contract aims to extend their service life beyond previous modernization efforts. Interested parties may submit capability statements to Ryan Ksanznak at ryan.m.ksanznak.civ@us.navy.mil and Megan Johnson at megan.e.johnson90.civ@us.navy.mil within 15 days of this notice, although the government does not guarantee a response or reimbursement for submissions.
    Elevator Maintenance and Repair Services
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Elevator Maintenance and Repair Services at the Naval Submarine Base New London in Groton, Connecticut. The contract requires the provision of all necessary labor, supervision, materials, and equipment to perform both recurring and non-recurring elevator maintenance and repair tasks, emphasizing a performance-based service acquisition approach. This service is critical for ensuring the operational efficiency and safety of vertical transportation systems within the base, which includes a diverse inventory of elevators and lifts. Interested contractors can obtain further details and submit proposals by contacting Rebecca Spaulding at rebecca.j.spaulding.civ@us.navy.mil or by phone at 860-694-4557. The contract will have a base period of 12 months with four additional option years, and the estimated total cost for non-recurring work is $750,000 over five years.
    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.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The services are critical for the maintenance and repair of naval vessels, ensuring operational readiness and safety. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701 for further details regarding this opportunity.
    USS SAN JANCINTO Port Boat Davit Replacement
    Dept Of Defense
    The Department of Defense, through the Naval Sea System Command's Mid-Atlantic Regional Maintenance Center (MARMC), is seeking to procure a Port Davit Replacement for the USS San Jacinto. This procurement aims to support a Chief of Naval Operations (CNO) availability by replacing the PORT Boat Davit, with parts delivered directly to MARMC and technical assistance provided by Vestdat, Inc. The successful execution of this project is crucial for maintaining the operational readiness of the USS San Jacinto. Interested parties can reach out to Summer Wood at summer.l.wood.civ@us.navy.mil for further details regarding this opportunity.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the vessel, ensuring it meets the necessary standards for naval operations. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil for further details regarding this opportunity.