ContractCombined Synopsis/Solicitation

USS OSCAR AUSTIN MDVR

DEPT OF DEFENSE N6817126QN015
Response Deadline
May 8, 2026
0
Days Remaining
0
Until deadline
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

NAVSUP Fleet Logistics Center Sigonella, Naples Office, for the Department of the Navy, has issued an urgent solicitation for maintenance and repair support on the USS Oscar Austin MDVR. The work package covers tasks such as temporary bilge crack repair, replacement of a seawater service butterfly valve, replacement of lagging and insulation in multiple ship locations, replacement of the No. 2 fire pump motor, and replacement of an AFFF system hycheck valve. The scope emphasizes compliance with NAVSEA standard items, technical manuals, safety and hazardous material controls, and includes specific clarifications such as no cofferdam construction requirement, crane support for divers, and motor alignment requirements. Performance is planned for Souda Bay, Greece, from May 11 to 17, 2026, and quotes are due by May 8, 2026 at 09:00 AM CEST; award will go to the lowest responsible bidder and contractors must be registered in SAM.

Classification Codes

NAICS Code
336611
Ship Building and Repairing
PSC Code
J998
NON-NUCLEAR SHIP REPAIR (EAST)

Solicitation Documents

9 Files
S-1. Non-Disclosure Agreement.pdf
PDF133 KBFeb 20, 2026
AI Summary
The Use and Non-Disclosure Agreement (Attachment S-1) outlines the terms for recipients to access and use restricted technical data for proposal support related to solicitation #N6817126QN015. Recipients agree to use, modify, reproduce, and disclose the data strictly for this limited purpose, requiring express written permission from the Contracting Officer for any further release to third parties (excluding approved subcontractors/suppliers who must also sign an NDA). The agreement mandates security measures to protect the data, disclaims government warranties on data suitability, and requires recipients to indemnify the government against misuse. Non-U.S. companies must submit to U.S. laws and jurisdiction. Successful offerors will adhere to DFARS 252.227-7025 and may sign another NDA, while unsuccessful offerors must destroy all data copies within 30 days of non-selection and provide a destruction statement. The agreement remains effective until non-selection, with obligations surviving its expiration.
J-2 Work Package NAPL-024-26.pdf
PDF235 KBFeb 20, 2026
AI Summary
This document outlines the specifications for work to be accomplished on the USS BAINBRIDGE (DDG 96), specifically detailing the replacement of the Steering Gear Hydraulic Power Unit Pump (HPU). The project, identified as NAPL-024-26, includes ship characteristics and a comprehensive index of applicable standard items for Fiscal Year 2026, covering general criteria, environmental compliance, safety protocols, quality management, and logistical support. The core task involves removing and disposing of system fluids, then installing a new axial piston pump (Northrup Grumman Systems, APL: 52A010052) in the Steering Gear Room. Key requirements include visual inspections, restoration of piping and mating surfaces, torque verification of fasteners, and an alignment check of the motor to pump coupling. An operational test of the new pump is mandated, along with a joint compartment closeout inspection. Ship's Force will handle isolation, tag-out, oil transfer, and system flushing. The contractor is responsible for rigging and crane services, coordinating with Ship's Force and FDRMC representatives, and adhering to strict safety and operational guidelines, with the new pump provided as Government Furnished Material.
J-1 Contractor Price Breakdown.xlsx
Excel22 KBMay 8, 2026
AI Summary
The provided document, titled "J-1 Contractor's Price Breakdown," is a component of a federal government Request for Proposal (RFP) or similar procurement document. It outlines a cost breakdown for CLIN 0001, specifically for Work Item #561-11-001: "Replace Steering Gear Hydraulic Power Unit Pump (HPU)" on the USS SHIP (DDG 96), under Specification Number NAPL-024-26. The form details categories for pricing, including the number of personnel, number of days, man-hours, labor rate, total labor cost, material cost, subcontractor costs, travel expenses, and a total price. However, all listed fields for this specific work item are currently blank with zero values, indicating that this is a template or an initial breakdown awaiting contractor input for pricing the required repair work.
SOLICITATION NOTICE - N6817125QN015.pdf
PDF364 KBFeb 20, 2026
AI Summary
The NAVSUP Fleet Logistics Center Sigonella (FLCSI) - Site Naples has issued Solicitation Notice N6817126QN015, an urgent Request for Quote (RFQ) for the USS Ship. The contractor is required to perform work detailed in Attachment J-1 (Pricing Worksheet) and J-2 (Performance Work Statement NAP-024-26) at Souda Bay, Greece, from February 25, 2026, to March 2, 2026. Firm Fixed Price Quotes are due by Monday, February 23, 2026, at 09:30 AM, with the award going to the lowest responsible bidder. Contractors must be registered in the System for Award Management (SAM). This notice is not an authorization to proceed, and the government will not cover costs prior to a purchase agreement. Attachments include the pricing worksheet, performance work statement, and a Non-Disclosure Agreement (NDA).
QUESTIONS AND ANSWERS.pdf
PDF66 KBMay 8, 2026
AI Summary
The document addresses various technical questions and answers related to a government project, likely an RFP for repair or maintenance work. Key topics include the dimensions of a crack (8 inches long, 1/64th inch wide) and the required quantity of polysulfide (2 sqft plus 20% for wastage). It clarifies that cofferdam construction is not required, as FDRMC Divers will install an existing cofferdam, needing only crane support. The base metal plate thickness for crack repair is 0.375 inches, with potential drilling inhibition due to fire main pipe interference. Gasket specifications require Garlock Blue Guard, 3200, in 1/16th inch. Ladders may be necessary for some tasks, and the largest pipe diameter is 8 inches. Finally, motor alignment is required per paragraph 3.2.7, and the motor weighs approximately 2,200 lbs.
Sol. N6817126QN046.pdf
PDF106 KBMay 8, 2026
AI Summary
NAVSUP Fleet Logistics Center Sigonella (FLCSI) - Site Naples has issued an urgent solicitation (N6817126QN046) for a contractor to perform work in support of a USS Ship. The work, detailed in Attachments J-1 and J-2, is to be carried out in Souda Bay, Greece, from May 11-17, 2026. Firm Fixed Price Quotes are due by Friday, May 8, 2026, at 09:00 AM CEST, with the award going to the lowest responsible bidder. Contractors must be registered in the System for Award Management (SAM). This is a request for quote, and the government will not be liable for costs incurred prior to the issuance of a purchase agreement. Points of contact are Juan “Carlos” Tapia and Antonella De Fraia Frangipane. Attachments include the Contractor Price Breakdown, Work Package, Non-Disclosure Agreement, and Terms & Conditions.
J-2 Work Package NAPL-033-26.pdf
PDF365 KBMay 8, 2026
AI Summary
The Department of the Navy, FDRMC Naples, has issued Specification Number NAPL-033-26 for work to be accomplished on the USS Oscar Austin (DDG 79). This document outlines various maintenance and repair tasks, categorized into standard items applicable to the job order and items that may be invoked. Key tasks include temporary bilge crack repair, replacement of a seawater service butterfly valve, replacement of lagging and insulation in multiple ship locations, replacement of the No. 2 fire pump motor, and replacement of an AFFF system hycheck valve. Each task details the scope of work, location, identification of parts, relevant references, and specific requirements, including inspections, operational tests, and crane/rigging services. The project emphasizes adherence to NAVSEA Standard Items, technical manuals, and safety protocols, including hazardous material control and compartment closeout procedures. The document also specifies government-furnished materials for certain tasks.
Non-Disclosure Agreement (NDA).docx
Word27 KBMay 8, 2026
AI Summary
This Use and Non-Disclosure Agreement (NDA) outlines the terms for recipients of technical data related to solicitation #N6817126QN046 for the USS OSCAR AUSTIN (DDG-79) FY26 MDVR. Recipients, typically companies providing proposal support, agree to strict limitations on the use, modification, reproduction, release, performance, display, or disclosure of this data. The data can only be shared with subcontractors or suppliers who also agree to similar non-disclosure terms with the Contracting Officer. The agreement mandates the protection of this data with security measures comparable to those of the Department of Defense. Recipients accept the data “as is” and indemnify the Government against misuse. Non-U.S. companies must adhere to U.S. laws and jurisdiction. Successful offerors will be governed by DFARS 252.227-7025, while unsuccessful offerors must destroy all data copies and provide a destruction statement within 30 days of non-selection.
Terms and Conditions.pdf
PDF17600 KBMay 8, 2026
AI Summary
This government file outlines the contractual requirements and clauses for the USS OSCAR AUSTIN MDVR (N6817126QN046). It details various sections including Supplies or Services & Prices or Costs, Description/Specifications/Statement of Work, Packaging and Marking, Inspection and Acceptance, Deliveries or Performance, and Contract Administration Data. Key clauses incorporated by reference and full text include those related to Contractor Inspection Requirements (FAR 52.246-1), Stop-Work Order (FAR 52.242-15), Electronic Submission of Payment Requests and Receiving Reports (DFARS 252.232-7003), Assignment of Claims (Overseas) (DFARS 252.232-7008), and Wide Area WorkFlow (WAWF) Payment Instructions (DFARS 252.232-7006). The WAWF instructions provide detailed guidance on electronic invoicing, access, training, document submission methods, and specific routing data for payment requests and receiving reports. The file also includes clauses on Progress Payments (FAR 52.232-16) with detailed conditions for computation, liquidation, reduction, title, risk of loss, cost control, reports, and special terms for default and subcontractor financing. Additionally, it covers Tax Relief (DFARS 252.229-7001), Information Regarding Responsibility Matters (FAR 52.209-7), Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (FAR 52.209-11), Tax on Certain Foreign Procurements (FAR 52.229-11), and representations regarding Covered Defense Telecommunications Equipment or Services (DFARS 252.204-7016, 252.204-7017) and Disclosure of Ownership or Control by a Foreign Government (DFARS 252.209-7002).

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 20, 2026
amendedAmendment #1· Description UpdatedMay 7, 2026
amendedLatest AmendmentMay 8, 2026
deadlineResponse DeadlineMay 8, 2026
expiryArchive DateMay 23, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVSUP FLC SIGONELLA NAPLES OFFICE

Point of Contact

Name
Juan Carlos Tapia

Place of Performance

Souda Bay , GREECE

Official Sources