SONAR DOME RUBBER WINDOW TECH SERVICE
ID: N0040625Q0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Sonar Dome Rubber Window (SDRW) inspection services to support ship maintenance operations at SRF Yokosuka, Japan. Contractors are required to adhere to the Statement of Work (SOW) and provide mandatory technical documentation alongside their proposals, ensuring compliance with safety protocols and operational guidelines. This procurement is critical for maintaining the operational readiness of U.S. Navy vessels, with contract work scheduled to commence from October 21 to October 28, 2024. Interested contractors must submit their proposals by 12:00 PM on October 16, 2024, and can direct inquiries to Ferbien Encomienda at 360-476-7587 or via email at ferbien.o.encomienda.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Request for Proposal (RFP) N0040625Q0007 for the procurement of Sonar Dome Rubber Window (SDRW) inspection services in support of the U.S. Navy’s ship maintenance operations at SRF Yokosuka, Japan. The anticipated contract will be a firm, fixed-price agreement, with offers due by 12:00 PM on October 16, 2024. Contractors are to provide mandatory technical documentation alongside their proposals, and must observe explicit guidelines regarding safety, operational planning, and radiation safety due to the nature of the work. This RFP emphasizes the requirements for contractors to have past performance considerations and the possibility of a single award for all services. Special attention is given to access requirements for the Yokosuka installation and the obligations surrounding U.S. contractor personnel entering Japan amid evolving COVID-19 regulations. All contract work is set to commence from October 21 to October 28, 2024, specifying clear safety protocols, compliance measures, and reporting obligations to ensure adherence to federal, local, and environmental standards. The document serves as a critical guideline for contractors aiming to participate in this federal procurement, ensuring they understand both the technical and procedural expectations set forth by the Navy.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    USS DEWEY (DDG-105) FY25 Surface Incremental Availability
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the FY25 Surface Incremental Availability of the USS Dewey (DDG-105), focusing on essential ship repair and alteration services. The procurement includes modifications to the 02 and 03 Level Weather Bolted Equipment Removal Plate (BERP) and the replacement of the nonskid system on specific weather frames, with work scheduled to commence on May 6, 2025, and conclude by July 22, 2025. These services are critical for maintaining the operational readiness and safety of the vessel, ensuring compliance with military standards and protocols. Interested contractors must possess a Master Agreement for Repair and Alteration of Vessels (MARAV) and submit their bids by April 2, 2025; for further inquiries, they can contact Miwa Takahashi at miwa.takahashi2.ln@us.navy.mil or by phone at 814-681-67623.
    CCP OD BOX SERVICE
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Puget Sound, is soliciting proposals for the controllable pitch propeller (CPP) oil distribution box service to support the U.S. Naval Ship Repair Facility in Sasebo, Japan. The selected contractor will be responsible for providing technical assistance, oversight, and guidance for the removal and installation of the CPP system, ensuring compliance with safety, environmental regulations, and military access protocols. This service is critical for maintaining the operational readiness of naval vessels, emphasizing the importance of adhering to strict contract requirements and risk assessments. Proposals are due by 12:00 PM on March 10, 2025, with the project scheduled to take place from March 17 to May 1, 2025. Interested parties can contact Ferbien Encomienda at 360-476-7587 or via email at Ferbien.O.Encomienda.CIV@us.navy.mil for further information.
    SHIP REPAIR REQUIREMENT:FY25 5C1 Chief of Naval Operation (CNO) Availability of USS HOWARD (DDG-83)
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and alteration of the USS HOWARD (DDG-83) as part of the Chief of Naval Operations (CNO) Availability for Fiscal Year 2025. Contractors authorized to operate in Japan are required to submit their proposals by March 14, 2025, with the anticipated work period spanning from April 7 to September 9, 2025, at the Yokosuka Naval Base. This procurement is critical for maintaining the operational readiness and safety of naval vessels, ensuring compliance with stringent quality management systems and safety regulations. Interested contractors should direct inquiries to Neil Flint at neil.s.flint.civ@us.navy.mil or call 315-243-8395 for further details.
    PMS-390 Industry Day Questions
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is hosting an opportunity for contractors to engage in the Dry Deck Shelter Maintenance Program and Submarine Rescue Operations and Maintenance contracts. The procurement aims to clarify expectations and timelines for these sophisticated naval operations, with a Request for Proposal (RFP) anticipated in Q4 2024 and contract execution expected in Q3 2026. This initiative is crucial for maintaining operational readiness and ensuring the effectiveness of submarine rescue capabilities. Interested parties can reach out to William Martin at william.r.martin7@navy.mil or 202-781-2497, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    Maintenance, Repair, and Preservation of YT-800 ROH
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard, is soliciting proposals for the maintenance, repair, and preservation of the YT-800 ROH vessel. The contract requires comprehensive docking and maintenance services, including hull maintenance, structural repairs, and system inspections, all to be performed in compliance with maritime industry standards and federal regulations. This procurement is crucial for ensuring the operational readiness of the vessel, which plays a significant role in naval operations. Interested small businesses must submit their proposals by March 17, 2025, with the contract period of performance scheduled from June 16, 2025, to October 10, 2025. For further inquiries, potential contractors can contact Alice Robertson at alice.n.robertson.civ@us.navy.mil or Christopher Davidson at christopher.t.davidson7.civ@us.navy.mil.
    USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the Drydocking Selected Restricted Availability (DSRA) for the USS Pearl Harbor (LSD 52) and USS O’Kane (DDG 77) for fiscal year 2026. This procurement aims to secure shipbuilding and repair services, specifically focusing on non-nuclear ship repair, which is crucial for maintaining the operational readiness and longevity of naval vessels. Interested contractors should note that the primary point of contact for this opportunity is Courtney Schlusser, who can be reached at courtney.j.schlusser.civ@us.navy.mil or by phone at 202-781-3399, with a secondary contact available in Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or 202-781-1763. Further details regarding the solicitation process and deadlines will be provided in the official announcement.
    L--Technical Representative Services
    Buyer not available
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR PUGET SOUND is seeking Technical Representative Services. These services will provide on-site support and technical oversight to install, flush, and test CPP Valve Rod Assembly and Prairie Air Tube Assembly. The services will be fulfilled at U.S. Naval Ship Repair Facility Japan Regional Maintenance Center (SRF-JRMC), Yokosuka, Japan. The procurement will be awarded to Rolls-Royce Marine North America on an unrestricted sole source basis. Interested parties can express their interest or submit proposals before the offer due date. The solicitation will be posted on the NECO website on or about October 17, 2019, with proposals due by October 22, 2019. The contract will be a Firm Fixed-Price, Service type contract awarded in accordance with FAR parts 12 and 13.5. Evaluation will be conducted using 52.212-2 Evaluation of Commercial Items. All responsible sources may submit a proposal. The solicitation and any amendments will be posted on the NECO website. Offerors are responsible for downloading the solicitation and monitoring the website for amendments. No telephone or fax requests will be accepted, and electronic submission of proposals/quotes via NECO is not available at this time.
    S&RTS Ports of Hiroshima/West Japan
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Hiroshima and West Japan, covering a five-year period from April 1, 2025, to March 31, 2030. Contractors are required to submit a comprehensive plan detailing how they will ensure continuity of essential services during crises, including provisions for personnel and resources, compliance with safety and security regulations, and adherence to host nation laws. These services are critical for managing U.S. military cargo and supporting military operations, emphasizing the importance of operational readiness and compliance with federal standards. Interested parties must submit their proposals by March 17, 2025, and can contact Kenneth A. Smith at kenneth.a.smith439.civ@mail.mil or Captain Jonathan Schnicker at jonathan.l.schnicker.mil@mail.mil for further information.
    Propulsor "PC.1A" and "Leading Edge Ring" repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF), is soliciting proposals for the repair of the propulsor "PC.1A" and "Leading Edge Ring" for a Virginia-class submarine. This procurement aims to ensure the operational readiness and maintenance of critical naval assets, emphasizing the importance of high-quality repair services in support of the Navy's mission. Contractors must adhere to stringent safety, health, and security protocols, including compliance with OSHA standards and the submission of an Operations Security (OPSEC) plan prior to contract performance. Interested vendors should contact Christine Aledo at christine.d.aledo.civ@us.navy.mil or Deanna Yoshida at deanna.k.yoshida.civ@us.navy.mil for further details, with the work scheduled to commence between April 17 and April 30, 2025, and a delivery deadline of May 31, 2025.
    SWRMC Marine Boatyard Services (MBS) and Industrial Support Lot-1
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is soliciting proposals for Marine Boatyard Services (MBS) and Industrial Support under Lot-1, specifically aimed at small businesses. This procurement focuses on shipbuilding and repairing services, which are critical for maintaining the operational readiness of naval vessels. The contract is set aside for total small business participation, adhering to FAR 19.5 regulations, and interested vendors should reach out to Mira Maje Brown at miramaje.c.brown.civ@us.navy.mil or by phone at (619) 708-0826, or contact Roderick Rioveros at roderick.q.rioveros.civ@us.navy.mil for further inquiries. Details regarding the submission deadlines and funding amounts will be provided in the solicitation documents.