NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
ID: N00253-N65726-SeaPortType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL UNDERSEA WARFARE CENTERKEYPORT, WA, 98345-7610, USA

NAICS

Engineering Services (541330)
Timeline
    Description

    The Naval Undersea Warfare Center (NUWC) Division Keyport, under the Department of Defense, is issuing a special notice regarding its SeaPort/Service Contract Forecast, focusing on various engineering and support services. The procurement encompasses a range of requirements primarily categorized under NAICS Code 541330, including acoustic trial sustainment, business support, engineering services, information technology support, and property accountability services, with operations spanning locations such as Florida, Hawaii, Guam, and Japan. These services are crucial for supporting naval operations and logistics, with many contracts nearing expiration and anticipated follow-on RFPs indicating forthcoming opportunities for bidders, particularly those from small disadvantaged and veteran-owned businesses. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines service contracts from the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC), detailing various active requirements and anticipated follow-on Requests for Proposals (RFPs). Each entry specifies the nature of the service, whether the competition is unrestricted or set aside for small businesses, the relevant North American Industry Classification System (NAICS) code, the contract vehicle used, the incumbent contractor, contract numbers, expiration dates, and timelines for expected new RFPs. Key projects include Acoustic Trial and Range Sustainment (ATRS), Keyport Business and Administrative Support Services (KBASS), and engineering and technical support for various US Navy detachments. Other notable services involve IT systems support, property accountability services across multiple regions, and industrial support services. This document serves as a comprehensive reference for contractors interested in federal government opportunities, highlighting the focus on small businesses and providing potential bidders with critical deadlines and contract specifics. It underscores the strategic importance of these services for maintaining naval infrastructure and operational readiness.
    The document outlines various service contracts associated with the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC). It details requirements, previous competition status, NAICS codes, contract vehicles, current incumbents, contract numbers, expiration dates, and anticipated follow-on RFPs. Key projects include Acoustic Trial and Range Sustainment, business and engineering support services, and information technology systems support across multiple locations including Florida, Hawaii, and California, primarily focusing on small businesses and SDVOSB (Service-Disabled Veteran-Owned Small Business) participation. Contracts span various service needs with expiration dates extending into the late 2020s. Additionally, the document emphasizes small business programs and points of contact for interested parties. Overall, it serves as a comprehensive reference for upcoming federal procurement opportunities within the NUWC and NSLC, highlighting the importance of small business engagement in government contracting.
    The document outlines service contract requirements from the Naval Undersea Warfare Center (NUWC) Division Keyport and Naval Sea Logistics Center (NSLC) related to various engineering and support services, primarily under NAICS Code 541330. It lists several contracts, detailing the nature of work, competition type, contract vehicles, incumbents, contract numbers, task orders, expiration dates, and anticipated follow-on RFPs. Key service areas include acoustic trial sustainment, business support, engineering services, information technology support, and property accountability services across multiple locations such as Florida, Hawaii, Guam, and Japan. Notably, many contracts have specific set-aside categories, including those for small disadvantaged businesses and veteran-owned small businesses. The contracts indicate an emphasis on supporting naval operations and logistics through comprehensive technical and administrative services, with many contracts approaching expiration and some pending awards, suggesting forthcoming opportunities for bidders. The summary reflects the government's priority on engaging diverse business entities to fulfill its logistical and operational needs effectively.
    The document outlines various service contracts related to the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC). It lists contract requirements, competition status, NAICS codes, contract vehicles, incumbents, contract numbers, expiration dates, and anticipated follow-on RFPs. The main focus is on the array of engineering, technical, and logistical support services solicited, including Acoustic Trial and Range Sustainment, business support services, and property accountability management across several locations including Florida, Hawaii, and regional NSWC sites. Key upcoming opportunities involve contracts set to expire in 2025-2029, with specific requests for proposals already open or anticipated. Organizations are encouraged to engage, particularly those meeting small business qualifications such as SDVOSB or HUBZone status, reflecting the government’s commitment to supporting small businesses in federal contracting.
    Lifecycle
    Similar Opportunities
    NUWC Division Keyport Industry Engagement - Wednesday with the Deputy for Small Business
    Buyer not available
    The Naval Undersea Warfare Center (NUWC) Division Keyport is hosting a monthly event titled "Wednesday with the Deputy for Small Business," aimed at engaging industry partners interested in contracting opportunities. This initiative will provide insights into the types of supplies and service contracts available, including set-aside opportunities, and guidance on how to conduct business with the Command. The event is particularly relevant for businesses within specific NAICS codes, including construction, manufacturing, and professional services, and is designed for SeaPort Multiple Award Contract (MAC) holders. Interested participants can attend in person at Vibe Co-Works in Poulsbo, WA, or virtually via Microsoft Teams, with sessions scheduled from 10:00 AM to 11:00 AM on designated dates throughout the year. For further inquiries, attendees can contact David Walz at david.e.walz.civ@us.navy.mil.
    Synopsis - NUWCDIVNPT Code 25 Covered Hardware Evaluation and Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the evaluation and repair of critical hardware components used in submarine platforms, specifically the Universal Weapon Launcher and Weapon Launch Console Integrated Enclosure systems. The procurement aims to maintain the operational capabilities of Seawolf-Class and Virginia Class submarines, ensuring the integrity of essential technologies while adhering to stringent financial and security standards. Contractors will be required to follow a detailed Statement of Work (SOW) that outlines evaluation processes, repair procedures, and compliance with national security protocols, with work performed at the contractor's facility funded through Working Capital Funds and Other Procurement for the Navy. Interested parties can contact Garrett Parks at garrett.b.parks2.civ@us.navy.mil or Kathleen Hourihan at kathleen.m.hourihan.civ@us.navy.mil for further information.
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Buyer not available
    The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance, repair, and preservation of TWR-7 and TWR-8 vessels at the Puget Sound Naval Shipyard. The procurement aims to ensure high-quality workmanship in accordance with marine industry standards, encompassing tasks such as docking, hull repairs, structural inspections, and system overhauls. This opportunity is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to stringent contract management in defense projects. Interested small businesses must submit their proposals by following the guidelines outlined in the solicitation, with inquiries directed to Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    Bldg 1051 Repair Cracks and Floor Coating
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center, is soliciting proposals for the repair of cracks and application of floor coating in Building 1051 at Naval Base Kitsap in Keyport, Washington. The project requires a firm-fixed-price construction commitment, with tasks including grinding existing flooring, patching concrete cracks, and applying a new epoxy coating, all within a budget estimated between $100,000 and $250,000. This initiative is a total small business set-aside, emphasizing the importance of compliance with federal, state, and local regulations, as well as adherence to safety and environmental standards. Interested contractors must submit their proposals, including technical capabilities and past performance references, to Michelle Farrales at michelle.a.farrales.civ@us.navy.mil by the specified deadline.
    NAVFAC EXWC NCG ONE Port Assessment Tool
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Systems and Expeditionary Warfare Center, is seeking information from potential vendors regarding the development of the NCG ONE Port Assessment Tool. This tool is intended to enhance the assessment capabilities for naval operations, focusing on port assessments that are critical for strategic planning and operational readiness. The procurement aims to gather insights and capabilities from industry participants to inform future contract opportunities. Interested parties are encouraged to reach out to Crystal Brooks at crystal.s.brooks2.civ@us.navy.mil or by phone at 805-982-3993, or Anna Maria Sandry at annamaria.l.sandry.civ@us.navy.mil or 805-982-5537 for further information.
    Unmanned Hyperbaric Systems Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking support services for Unmanned Hyperbaric Systems. The procurement aims to provide maintenance and repair services for commercial and industrial machinery and equipment, particularly focusing on ship and marine equipment. These services are crucial for ensuring the operational readiness and safety of unmanned systems utilized in various defense applications. Interested vendors can reach out to Matthew Duong at matthew.h.duong.civ@us.navy.mil or call 805-982-4538, or contact Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil or 805-982-3667 for further details.
    Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for Outsourcing Work from Chief of Naval Operations (CNO) Availabilities on Fast Attack Submarines
    Buyer not available
    The Department of Defense, through the Department of the Navy, is issuing a solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) aimed at outsourcing work from the Chief of Naval Operations (CNO) for availabilities on Fast Attack Submarines. This procurement seeks qualified contractors to provide shipbuilding and repair services, specifically focusing on combat ships and landing vessels, under the NAICS code 336611. The contract is particularly significant as it supports the operational readiness and maintenance of critical naval assets. Interested parties, especially small businesses, are encouraged to reach out to Angel Jaeger at angel.jaeger.civ@us.navy.mil or call 202-826-7081 for further details regarding the partial small business set-aside and submission requirements.
    Propulsor "PC.1A" and "Leading Edge Ring"
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the procurement of the Propulsor "PC.1A" and "Leading Edge Ring" at the Pearl Harbor Naval Shipyard IMF in Hawaii. This presolicitation opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 336611, which pertains to Ship Building and Repairing. The goods and services sought are critical for the maintenance and repair of naval equipment, ensuring operational readiness and efficiency. Interested parties should reach out to Christine Aledo at christine.d.aledo.civ@us.navy.mil or Deanna Yoshida at deanna.k.yoshida.civ@us.navy.mil for further details regarding the procurement process.
    AN/SLQ-25E “NIXIE” Follow-on Contract - RFI/Presolicitation Notice
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport, is seeking proposals for the production of AN/SLQ-25E Hardware Configuration Item (HWCI) Units, which are critical components of the multi-function torpedo countermeasure system known as NIXIE. The procurement will be conducted via a Firm-Fixed-Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which includes Cost-Plus-Fixed-Fee (CPFF) Engineering and Technical Services, with delivery to the In-Service Engineering Agent in Norfolk, Virginia. This system plays a vital role in providing persistent defense against torpedoes, emphasizing the importance of advanced underwater countermeasure technologies. Interested vendors must register in the System for Award Management (SAM) and comply with specific security requirements, including a minimum Confidence Level rating in NIST SP 800-171 and active certification in the Defense Logistics Agency’s Joint Certification Program. The deadline for submitting the required Terms of Use Agreement is February 4, 2025, and completed questionnaires must be returned by February 28, 2025. For further inquiries, vendors can contact Stacy Noble at stacy.e.noble.civ@us.navy.mil or Ronda Pelosi at ronda.m.pelosi.civ@us.navy.mil.