Voyage Repair
ID: N6817124Q0153Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLC SIGONELLA NAPLES OFFICEFPO, AE, 09622-0050, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Sigonella Naples Office, is soliciting proposals for voyage repair services for the USS Arleigh Burke (DDG 51) in Souda Bay, Greece, scheduled from October 4 to October 14, 2024. Contractors are required to submit quotations for specified work items, which include compliance with NAVSEA FY25 Standard Items and additional necessary work, all evaluated on a Lowest Priced Technically Acceptable (LPTA) basis. This procurement is critical for maintaining the operational readiness and safety of naval vessels, ensuring adherence to quality standards and regulatory compliance throughout the repair process. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Gary Eaton at Gary.a.eaton6.civ@us.navy.mil or Maria Saggese at maria.saggese.ln@us.navy.mil.

    Files
    Title
    Posted
    The document is a work specification for various contracts related to repairs and upgrades on the USS Arleigh Burke (DDG 51), issued by the Department of the Navy’s Forward Deployed Regional Maintenance Center (FDRMC) in Naples. It outlines specific tasks, materials, and compliance requirements necessary for the execution of maintenance on the vessel. Key elements include cleaning seawater cooling systems, repairs to electrical and firewater piping, and installation of insulation. Each task is associated with a distinct item number and change date, emphasizing adherence to regulatory standards, safety protocols, and quality control measures. Emphasis is placed on collaboration with designated supervisors to ensure safe working conditions and proper documentation throughout the project. This specification reflects the structured approach to naval vessel maintenance, aligning with government contracting protocols to ensure military readiness and operational integrity. It exemplifies the Navy's systematic efforts in upholding fleet standards through detailed procedural guidelines for contractors.
    The QA Solicitation Checklist outlines documentation requirements for contractors working on the USS Arleigh Burke under FDRMC Code 130 QA. It specifies the need for a Quality Management System (QMS), including a Quality Manual and related procedures, to demonstrate compliance with Work Package specifications. Contractors must provide records of measuring and test equipment calibration, a list of qualified inspectors, certifications for marine chemists and gas-free engineers, and Coatings Application Product Summary sheets for critical coated areas. Furthermore, welding and non-destructive testing (NDT) requirements include certifications for personnel and detailed procedures for work qualification. A draft Test and Inspection Plan (TIP) showcasing scheduled work items is mandatory, with additional inspections outlined post-award. This comprehensive checklist aims to ensure contractors meet Navy standards and maintain quality throughout project execution, safeguarding safety and operational integrity in naval operations.
    The Foreign National Access Control Plan outlines strict security protocols for contractors working with foreign nationals at U.S. Navy facilities. Key requirements include the implementation of a badge identification system for contractors, compliance with entry control checkpoint protocols, and the mandatory provision of employee passport copies for citizenship verification. Contractors must also ensure that all personnel undergo official background checks, adhere to local operating procedures, and maintain constant oversight by designated escorts. The plan emphasizes the necessity for contractors to constantly update the Contract Administration Officer regarding any changes in foreign national personnel and to ensure all subcontractors comply with the Access Control Plan (ACP). Operating without an approved ACP or breaching security regulations can lead to serious consequences, including contract termination. Furthermore, the commanding officer has the authority to deny or revoke access to foreign nationals if it serves the Government's best interests. This document serves as a pivotal framework for ensuring the security and accountability of foreign national contractors within sensitive U.S. government contexts.
    The document is an amendment to a solicitation issued by NAVSUP FLC Sigonella Naples Office regarding contract N6817124Q0153. The main purpose of this amendment is to revise Attachment J-1, which details the Souda Bay Contractor Pricing Breakdown, specifically removing a previous reference to $27,000 pertaining to additional Government requirements for subcontractors/materials. Other notable updates include modifications to an attachment list that comprises various documents essential for the contract, such as work item descriptions and non-disclosure agreements. The amendment confirms that all other terms and conditions remain unchanged and stresses the necessity for contractors to acknowledge receipt of this amendment before the specified deadline to avoid rejection of their offers. The document includes details about the contracting officer, timelines, and required acknowledgments, ensuring compliance with federal procurement guidelines.
    The document is an amendment to a solicitation from the NAVSUP Fleet Logistics Center Sigonella Naples Office, detailing modifications to a prior request for quotes (RFQ). The main purpose of the amendment is to introduce the attachment S-2_Foreign National Certification and to update the instructions to quoters in Section L. Key points include a revised solicitation closing date of September 19, 2024, at 10:00 AM local time, and guidelines for submitting quotes electronically, with required technical documentation in English. Quoters must provide detailed technical capability proposals and pricing using specified templates, including Attachments J-1 and J-4. The government seeks the lowest priced technically acceptable offeror, emphasizing compliance with specific documentation and registration in the System for Award Management (SAM). It also clarifies that this RFQ does not authorize work until a purchase order is issued and describes conditions for firms holding a Navy Master Agreement for alteration repairs. Additionally, the document includes provisions for confidentiality regarding company ownership among competing offers. This summary highlights the procedural and administrative aspects relevant to contractors engaging in federal procurement processes.
    The document is a Request for Quotations (RFQ) from the NAVSUP Fleet Logistics Center Sigonella, for voyage repair services for the USS Arleigh Burke (DDG 51) in Souda Bay, Greece, scheduled from October 4 to October 14, 2024. It outlines the requirement for contractors to provide quotations for specified work items, with detailed descriptions in the attached work item documents. The RFQ specifies two main categories of work: Category I involves NAVSEA FY25 Standard Items applicable to the contract, and Category II addresses additional work items as necessary. The contracting process will operate on a Lowest Priced Technically Acceptable (LPTA) basis, requiring bidders to submit comprehensive technical capability and pricing information. Key contact personnel and their details are provided for clarifications. There are also stipulations regarding pricing format and the importance of compliance with local and federal regulations. The document emphasizes the importance of using the Wide Area Workflow for electronic payment requests. The RFQ is indicative of the federal procurement process, following required guidelines, ensuring both competitive bidding and clear communication between the government and potential contractors during the solicitation phase for essential military repairs.
    The Use and Non-Disclosure Agreement for technical data related to the USS Arleigh Burke (DDG-51) FY24 Voyage Repair outlines the responsibilities of recipients who receive sensitive information for proposal support regarding solicitation #N68171-24-Q-0153. Recipients must limit data use to the proposal process and not disclose it without explicit permission from the Contracting Officer. They are responsible for safeguarding the data against unauthorized access and must accept the data "as is" without government warranty. Recipients must ensure that no individuals associated with them are ineligible for U.S. government contracts and agree to indemnify the government against misuse claims. Non-U.S. recipients must adhere to U.S. regulations regarding data handling. Successful offerors may be required to sign an additional agreement, while unsuccessful candidates must destroy the data and confirm its destruction within specified timeframes. The agreement is effective until non-selection notification, with obligations surviving its termination. This document emphasizes the significance of protecting sensitive defense-related information during the procurement process, aligning with governmental needs for confidentiality and data security.
    The document outlines the regulations surrounding foreign national access to U.S. Navy vessels during construction, conversion, overhaul, or repair. It stipulates that foreign nationals are generally prohibited from accessing these sites unless approved by the Contracting Officer's Representative (COR) due to national interest. Contractors must submit an Access Control Plan (ACP) prior to employing foreign nationals, detailing identification systems, security screening, and employee data including nationality and employment history. The ACP must ensure strict accountability for identification badges and access control, providing specific protocols for handling lost or damaged badges. Compliance with approved ACPs is mandatory; failure to do so may lead to the termination of contracts and cancellation of access permissions. Prime contractors bear full responsibility for enforcing the ACP among their subcontractors and anyone granted access to the naval vessels. If a contractor does not intend to employ foreign nationals, appropriate measures must be outlined in the ACP to exclude them from work areas. The document emphasizes the importance of maintaining national security and adhering to federal regulations regarding foreign national access to sensitive military environments.
    Lifecycle
    Title
    Type
    Voyage Repair
    Currently viewing
    Solicitation
    Similar Opportunities
    Mid Deployment Voyage Repair for USS SHIP
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP FLC Sigonella Naples Office, is soliciting proposals for mid-deployment voyage repair services for the USS SHIP. This procurement aims to address essential repair and maintenance needs for naval vessels, ensuring operational readiness and safety during deployment. The services required fall under the NAICS code 336611, which pertains to ship building and repairing, and the PSC code J998, indicating non-nuclear ship repair. Interested contractors can reach out to Juan Tapia at 00390815680405 Ext: 0405 or via email at juan.c.tapia5.civ@us.navy.mil for further details. The full scope of work and requirements can be found in the attached documents.
    USNS SHIP Voyage Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting proposals for voyage repair services for the USNS SHIP, as managed by the NAVSUP FLC Sigonella Naples Office. The procurement focuses on non-nuclear ship repair, which is critical for maintaining the operational readiness and safety of naval vessels. Interested contractors should note that the opportunity falls under the NAICS code 336611, and the primary contact for inquiries is Juan Tapia, reachable at 00390815680405 Ext: 0405 or via email at juan.c.tapia5.civ@us.navy.mil. Further details and specific requirements can be found in the attached documents.
    USS BOXER (LHD 4) FY25 Selected Restricted Availability
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the maintenance, modernization, and repair of the USS BOXER (LHD 4) during its FY25 Selected Restricted Availability. This procurement requires a highly capable contractor with substantial facilities and resources to manage complex ship maintenance tasks, as the work will be conducted on the West Coast of the United States. The selected contractor will be responsible for executing various repairs and alterations, ensuring compliance with safety and quality standards, and maintaining operational readiness of the naval vessel. Proposals are due by September 25, 2024, with the contract expected to be awarded around December 2024, and the work scheduled to commence in April 2025 and conclude by August 2026. Interested parties should contact LT Jourdan Jenkins at jourdan.e.jenkins.mil@us.navy.mil or Brian Romano at brian.c.romano.civ@us.navy.mil for further details and to request access to necessary attachments.
    USNS MATTHEW PERRY (T-AKE 9) regular overhaul and dry-docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting bids for the regular overhaul and dry-docking of the USNS MATTHEW PERRY (T-AKE 9), scheduled from February 17, 2025, to May 17, 2025. This procurement involves comprehensive ship repair services, including addressing various requests for clarification (RFCs) and revisions to work items, as outlined in multiple amendments to the solicitation. The importance of this contract lies in maintaining the operational readiness and safety of the vessel, which is crucial for naval logistics and support missions. Interested contractors can reach out to Thomas White at thomas.l.white222.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further details, with key deadlines for submissions extended as per the latest amendments.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    DryDocking Repair for Fast Response Cutter (WPC) WPC 1144 Sentinel Class
    Active
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Centre Bahrain, is soliciting proposals for a Firm Fixed Price contract focused on drydocking repair services for the US Coast Guard's Fast Response Cutter (WPC) 1144 Sentinel Class. This procurement encompasses 35 specific work items essential for maintaining the operational readiness of the patrol boats. The repairs are critical to ensuring the effectiveness and longevity of the fleet, which plays a vital role in maritime security operations. Interested vendors authorized to operate in Bahrain must submit their proposals by October 14, 2024, at 11:00 AM Local Bahrain Time, and can obtain the Request for Proposal (RFP) by contacting Ryan Decena or Lisbon Dennis via the provided email addresses.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    Souda Bay IDIQ MACC
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Europe Africa Central, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) at Souda Bay, Greece. The primary objective of this procurement is to execute sustainment, restoration, and modernization (SRM) projects, including alterations, demolitions, repairs, and new construction of various facilities, particularly waterfront and airfield structures. This contract is crucial for enhancing military infrastructure and ensuring operational readiness, with an estimated value not exceeding $75 million. Interested contractors must submit their proposals electronically by October 4, 2024, and can direct inquiries to Virginia Ryerson at virginia.ryerson.civ@us.navy.mil or by phone at +390815684533.
    USNS MEDGAR EVERS (T-AKE 13) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk office, is seeking proposals for the lay berth and regular overhaul of the USNS MEDGAR EVERS (T-AKE 13). The project involves preparing for and executing the lay berth and regular overhaul as specified in the solicitation, with performance periods anticipated from February 2025 through December 2025. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering small business participation in federal procurement. Interested parties can access the solicitation, expected to be released on or about September 18, 2024, by contacting Damian Finke at damian.w.finke.civ@us.navy.mil or Grant Sivertson at grant.t.sivertson.civ@us.navy.mil, and must comply with a Non-Disclosure Agreement regarding technical data provided by the government.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.