Small Boat Maintenance
ID: N00244-24-R-0054Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy, has issued a solicitation for small boat maintenance services, with a focus on dive boat and trailer repairs. The objective is to ensure the proper operability of the Undersea Rescue Command dive department's boats.

    Scope of Work

    The successful contractor will be responsible for providing comprehensive maintenance and repair services for the specified boat model, including:

    • Engine maintenance and repairs, such as inspecting and replacing anodes, spark plugs, and fuel filters, and changing oil and gearcase oil.
    • Cleaning and inspection of various boat components, such as the propeller, outboard engine steering system, cowling, and trim components.
    • General maintenance tasks, including preserving the pilothouse and deck components, inspecting bulkheads, decks, and superstructures, and testing trailer tie-downs.
    • The contractor must provide all necessary personnel and transportation of equipment and parts for the repairs. All maintenance work must be carried out at the designated Navy location, NAS North Island in San Diego.
    Maintenance Requirements

    The maintenance work is governed by specific Maintenance Requirement Cards (MRCs), which outline periodic maintenance tasks. These MRCs cover a range of tasks, from engine internal anode inspections to cleaning and preserving boat components. The contractor must adhere to these MRCs to ensure the boat's reliability and safety.

    Eligibility and Evaluation Criteria

    The solicitation is reserved for small businesses, and the agency intends to award a Firm Fixed Price Delivery Order to the most advantageous bidder. The evaluation of offers will consider three main factors:

    1. Technical: Offerors must demonstrate their ability to meet all maintenance requirements and conform to the specified period of performance.
    2. Past Performance: Assessment based on relevant records, focusing on timeliness, quality, cost control, and customer satisfaction.
    3. Price: A comparison of quotes, including transportation and travel charges.

    Only offers rated "Acceptable" or higher for Technical and "Satisfactory Confidence" or higher for Past Performance will be considered for award. The agency will then conduct a best value determination, with past performance considered more important than price.

    Contract and Funding Details

    The contract is anticipated to span five years, divided into four option years, with an estimated value of several million dollars. The period of performance for the successful contractor must not exceed 30 days to complete the required repairs and maintenance.

    Submission Process

    Interested vendors must submit their quotes to the provided email address. There is no indication of a submission deadline, but it's likely that the agency will provide this information soon. Vendors should carefully review the maintenance requirements and specify their ability to meet the outlined tasks when submitting their quotes.

    Contact Information

    For clarification or further information, potential bidders can contact the primary point of contact, James L Blakely, at the email address provided in the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Sea Systems Command has issued several maintenance requirement cards (MRCs) for outboard engines used in small boat mechanical handling systems. These MRCs outline specific maintenance tasks to be performed at different periodic intervals. MRC 43 H4LV N focuses on cleaning and inspecting the propeller, requiring 0.4 hours of work. It involves removing the boat from the water, tagging out the engine, and conducting a detailed inspection and cleaning of the propeller and associated components. MRC 43 H6YH N requires a yearly or every 800 hours of operation inspection and potential replacement of engine internal anodes, with a man-hour estimate of 0.5. MRC 43 H4LX N covers the inspection, lubrication, and maintenance of cowling, steering, and trim components. It has a higher man-hour requirement of 1.6, and the task should be performed every 400 hours of operation. MRC 44 H4LY Y pertains to the inspection and replacement of external anodes, which needs to be done every 1200 hours of engine operation. The estimated man-hours are 1.2, and the process involves removing the boat from the water, inspecting the anodes, and replacing them if necessary. MRC B3 H4LZ N describes the cleaning, inspection, and lubrication of the outboard engine steering system, scheduled every 400 hours of operation. It emphasizes safety precautions and the use of personal protective equipment, with a man-hour estimate of 1. MRC 43 G9RY Y involves inspecting and replacing engine spark plugs, requiring 1 man-hour and scheduled every 400 hours of operation. MRC 53 H4MA Y outlines the procedure to change gearcase oil, which is needed every 100 hours of operation. It estimates 2 man-hours for the task, including removing the boat from the water, draining and refilling the gearcase, and ensuring the correct oil level. Finally, MRC 43 H4MB N requires the inspection of engine throttle and shift control cables every 1200 hours of operation, with a half an hour of estimated man-hours. These MRCs are critical for the effective maintenance of outboard engines, ensuring safety, efficiency, and timely interventions to avoid costly repairs or breakdowns.
    The amended solicitation seeks maintenance services for a specific boat model. The focus is on outboard engine maintenance, specifying 2009 Northriver 27' boats with dual Honda 225HP engines. The work can be performed at the contractor's facility or a designated Navy location, specifically NAS North Island in San Diego. This clarification ensures vendors can provide suitable services for the stated boat and engine configuration. The concise summary provides an overview of the procurement's key details, aiding potential vendors in understanding the required boat maintenance, location, and naval base address for on-site services.
    The government agency seeks to contract dive boat maintenance services for a period of five years. The objective is to procure annual labor hours and materials to ensure the proper functioning of the boat. The agency requires a specific quantity of labor hours each year, with a detailed breakdown provided, and expects contractors to supply the necessary materials. This comprehensive maintenance work is essential to uphold the boat's efficiency and safety. Interested vendors must submit proposals with competitive pricing and comprehensive maintenance plans, as the agency seeks a reliable partner to uphold the vessel's integrity. The contract, valued at a significant amount, is expected to be awarded based on the quality of the proposal and the bidder's ability to meet the annual maintenance demands. Key dates and further administrative details are missing but essential, as they would provide critical timelines and information for potential bidders.
    Lifecycle
    Title
    Type
    Small Boat Maintenance
    Currently viewing
    Solicitation
    Similar Opportunities
    J--Boat Preventative Maintenance and Repair
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    Key Largo: Small Boat Haul Outs
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotations for the maintenance and repair services of small vessels based in the Florida Keys National Marine Sanctuary in Key Largo, Florida. The contract, identified by RFQ number 1305M224Q0327, covers annual haul-outs for various vessels, including four Manta Racing boats and a Boston Whaler, scheduled from November 1, 2024, to February 28, 2025. Eligible contractors must be small businesses located within 100 miles of the site and demonstrate relevant past performance with similar vessels, ensuring compliance with federal contracting guidelines. Interested parties must submit their proposals electronically by September 9, 2024, with an anticipated award date of September 13, 2024. For further inquiries, contact Wendy Culbreth at wendy.culbreth@noaa.gov or call 757-605-1263.
    NF- Small Boat Engine replacement
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the repower of the NF-4 Dive Boat, a 23-H-RIB Northwind model. The project aims to replace the current Cummins QSD 4.2L engine, which has become difficult to maintain due to discontinued production, with a more reliable engine that ensures better accessibility to maintenance support and a consistent supply of spare parts. This repower is critical for maintaining operational readiness and compliance with U.S. Coast Guard regulations, as the vessel is essential for NOAA's field operations starting March 15, 2025. Interested contractors must submit proposals that include detailed material specifications and past performance references by the specified deadlines, and they can contact Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV or 757-317-0683 for further inquiries.
    J--Boat Preventative Maintenance and Repairs
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four Oil Spill Recovery boats at Naval Weapons Station Earle, NJ. The services will be acquired through a small business set-aside procurement action. The contract will have a one-year base period of performance and four one-year ordering periods thereafter. The services will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Subpart 13.5. Interested vendors can download the request for quote from the NECO and FBO websites starting from 15 March 2018. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    TRAILER,BOAT MOVING
    Active
    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 boat moving trailers. The contract requires the manufacture of trailers that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These trailers are critical for the transportation of naval assets, ensuring operational readiness and logistical efficiency. Interested contractors must submit their quotes electronically to Brian J. Cawley at brian.j.cawley2.civ@us.navy.mil, with a minimum quote expiration of 90 days and the possibility of a contract award that includes an option for increased quantity within 365 days. For further inquiries, potential bidders can contact him at 717-605-1316.
    FRT Boat Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard in Kittery, Maine, is seeking sources capable of providing maintenance services for Facility Response Team (FRT) boats as outlined in the attached Statement of Work (SOW). The contractor will be responsible for preventative maintenance and repair of six FRT vessels and associated trailers, requiring certified technicians, secure storage, and timely service responses, with written estimates mandated prior to commencing work. This maintenance is crucial for ensuring the operational readiness and safety compliance of the vessels, which play a vital role in naval operations. Interested parties must submit their responses, including company information and capabilities, in PDF format to Contract Specialist Steven Carlberg at steven.w.carlberg.civ@us.navy.mil by 2:00 PM EST on August 19, 2024, as this notice is for market research purposes only and does not constitute a solicitation.
    James River Reserve Fleet_Drydocking PF-204 patrol boat
    Active
    Transportation, Department Of
    The Department of Transportation's Maritime Administration (MARAD) is seeking qualified small businesses to provide dry docking services for the PF-204 Patrol Boat. The contractor will be responsible for all labor and materials necessary to perform the dry docking, which includes a range of tasks such as structural repairs, ultrasonic testing, and safety inspections, all to be completed within a 45-day period following the vessel's delivery to the contractor's facility in the Hampton Roads area of Virginia. This initiative is crucial for maintaining the operational readiness of the MARAD fleet and ensuring compliance with federal and local regulations. Interested vendors must submit their technical proposals and firm-fixed price quotes by September 11, 2024, and can contact Mr. Cory Lynch at cory.lynch@dot.gov or Mr. Robert McDermott at robert.mcdermott@dot.gov for further information.
    Sole Source Notification - Repair of SDV MK8 Motor/Control
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Panama City Division, is seeking to award a sole source contract for the repair of SDV MK8 motor/controllers to Motion Control Systems. The procurement involves the repair of two specific units, with a total contract value not exceeding $250,000, as these motor/controllers were custom manufactured and no other suppliers can meet the unique requirements without incurring prohibitive costs and delays. This contract is critical for maintaining operational capabilities of the SDV MK8 systems. Interested vendors must submit their quotes, including supporting documentation, to Hudson Sim via email by the specified deadline, ensuring compliance with all outlined requirements.
    Maintenance, Repair, and Preservation of YFN-1217
    Active
    Dept Of Defense
    The Department of Defense, specifically the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking industry capabilities for the maintenance, repair, and preservation of the Covered Lighter Barge YFN-1217. The procurement involves comprehensive tasks such as hull repairs, system upgrades, and adherence to strict safety and environmental regulations, with work to be performed at the contractor's facility located within the Puget Sound region of Washington. This opportunity is critical for maintaining the operational readiness and structural integrity of naval vessels, reflecting the importance of high-quality workmanship in military marine operations. Interested companies must submit a notice of interest by 12:00 PM PT on August 21, 2024, to the designated contacts, Chloe Vernet and Chris Davidson, with further details outlined in the sources sought announcement.
    Maintenance, Repair, and Preservation of YT-808 ROH
    Active
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified contractors for the maintenance, repair, and preservation of the YT-808 Harbor Tug, Medium (YT-808 Rainier). The procurement involves a Firm-Fixed-Price contract that requires contractors to perform various tasks, including cleaning, inspections, repairs, and preservation of the vessel, which is critical for maintaining naval operational capabilities. The project is set to take place from December 19, 2024, to March 18, 2025, and is a total small business set-aside under NAICS code 336611, with a size standard of 1,300 employees. Interested contractors must register with the System for Award Management (SAM) and submit their proposals by September 9, 2024, at 12:00 PM PT, with inquiries directed to Alice Robertson at alice.n.robertson.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.