Follow-On, Multiple Award Contract (MAC); Indefinite-Delivery, Indefinite-Quantity (IDIQ) for the Marine Boatyard Services And Industrial Support Lot II for Boats, Barges, Crafts, Lighterage, Service Craft, Or Ancillary Support Equipment
ID: N5523624R0005Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSOUTHWEST REGIONAL MAINT CENTERSAN DIEGO, CA, 92136-5205, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
    Description

    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is seeking industry input for a follow-on Multiple Award Contract (MAC) for Indefinite-Delivery, Indefinite-Quantity (IDIQ) marine boatyard services and industrial support for various vessels, including boats, barges, and ancillary support equipment. The procurement aims to identify capable contractors who can provide management, labor, materials, and equipment necessary for the maintenance and repair of vessels ranging from 15 meters to over 200 feet in length, primarily in the San Diego area. This initiative is crucial for ensuring the operational readiness of the Navy's maritime fleet, emphasizing compliance with safety and environmental standards. Interested parties should submit a notice of interest by June 5, 2024, to the designated contacts, with the anticipated Request for Proposal (RFP) release date around November 11, 2024.

    Files
    Title
    Posted
    The document outlines examples of applicable boats, crafts, lighterage, and ancillary equipment, primarily for government procurement purposes as part of a federal RFP (Request for Proposal) identified as N55236-24-R-0005. It lists various types of boats, such as personnel boats, utility boats, rescue boats, and specialized craft like landing craft and rigid inflatable boats (RIBs), across a range of sizes—from 7 meters to over 50 feet. The document also details non-self-propelled and self-propelled auxiliary vessels, lighterage systems, and other essential maritime equipment configurations. Notably, the focus on lighterage includes innovative modular systems and various pontoon types to enhance operational efficiency. This information serves as a part of the requirements or specifications in governmental contracting, indicating the necessary vessels for specific maritime operational needs while ensuring compliance with safety standards. The comprehensive list aids agencies in selecting appropriate maritime support systems for various missions or tasks, reinforcing a structured approach to government procurement in maritime operations.
    The document outlines the Statement of Work for Marine Boatyard Services Lot II (MBS Lot II) for the U.S. Navy, specifying contractor responsibilities related to the management, support services, labor, and equipment necessary for modifications, repairs, and maintenance of non-commissioned vessels, primarily in the San Diego area. Key tasks include emergent repairs, alterations, and logistical support for boats and lighterage systems, with a focus on ensuring compliance with numerous technical and safety standards. Contractors are required to provide qualified personnel, facilities within a specified radius of Naval Base San Diego, and essential equipment for servicing vessels ranging from small craft to those exceeding 200 feet. Additional requirements include coordination with other contractors, maintaining communication with government representatives, and strict adherence to quality control measures. The RFP distinctly emphasizes compliance with environmental and safety regulations, particularly regarding hazardous materials. Regular reporting and a clear chain of responsibility are mandated, with project managers designated to oversee work and maintain effective communication with the government. This solicitation emphasizes the Navy's commitment to ensuring the operational readiness of its maritime fleet through timely and compliant service provision while anticipating the potential need for extensive coordination and rapid response capabilities.
    Similar Opportunities
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull inspections, corrosion repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and safety of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance scheduled from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    Messing & Berthing Barges IDIQ: Justification for an Excemption to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract related to Messing and Berthing Barges. The procurement involves a range of services including cleaning and sanitizing, testing and inspections, replacing permanent filters, habitability repairs, decking repairs, and extensive interior preservation covering 215,000 square feet. These services are crucial for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Warren D. Howell at warren.d.howell@navy.mil or call 757-771-5058 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 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.
    USNS MERCY (T-AH 19) FY26 ROH/DD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance and repair of the USNS MERCY (T-AH 19) as part of its Fiscal Year 2026 Regular Overhaul and Dry Docking (ROH/DD) project. This procurement involves comprehensive shipbuilding and repair services, which are critical for ensuring the operational readiness and longevity of the vessel, a key asset in the Navy's humanitarian and medical missions. Interested contractors should refer to the attached documents for detailed specifications and requirements related to Amendment 0008 of this solicitation. For further inquiries, potential bidders can contact Benjamin Brackett at benjamin.b.brackett.civ@us.navy.mil.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    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 sole source contract action aims 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 the USS CURTIS WILBUR, ensuring its operational readiness and longevity. 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.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) during Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull inspections, propulsion system overhauls, and various structural and mechanical repairs, with the contractor responsible for providing all necessary labor, materials, and equipment. This opportunity is significant for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their proposals by 8 AM EST on December 10, 2025, with an anticipated award date around December 19, 2025. For further inquiries, contact Jerrod Gonzales at jerrod.a.gonzales@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    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.
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking contractors for a Multiple Award Construction Contract (MACC) focused on Design-Build and Design-Bid-Build projects primarily at the Portsmouth Naval Shipyard in Kittery, Maine, and the Norfolk Naval Shipyard in Portsmouth, Virginia. The MACC, with a not-to-exceed value of $4 billion, will encompass new construction, renovation, alteration, and repair of large general, industrial, and waterfront facilities, supporting the Shipyard Infrastructure Optimization Program (SIOP). This unrestricted competition aims to award approximately five contracts for a three-year base period with two additional one-year options, including an initial seed project valued between $25 million and $100 million. Interested contractors must be registered in SAM and can reach out to Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further inquiries. The solicitation is anticipated to be issued on or after November 25, 2025, with awards expected in the first quarter of FY27.