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
  1. 1
    Posted Jun 15, 2021, 10:45 PM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting multiple service contracts under the SeaPort-NxG procurement vehicle. These contracts encompass a range of engineering services, including acoustic trial sustainment, technical support, and logistics, with opportunities available for both unrestricted and small business set-asides. The contracts are critical for supporting naval operations across various locations, including Florida and Hawaii, and are expected to include follow-on Requests for Proposals (RFPs) in fiscal year 2025 and beyond. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further inquiries regarding this opportunity.

Point(s) of Contact
Files
Title
Posted
Jan 21, 2025, 8:04 PM UTC
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.
Jan 23, 2025, 10:11 PM UTC
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.
Feb 21, 2025, 11:04 PM UTC
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.
Mar 28, 2024, 7:16 AM UTC
The table outlines various service contracts for the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC), detailing requirements, incumbents, contract vehicles, expiration dates, and anticipated follow-on RFPs. Each entry is categorized by NAICS code (541330) and contract vehicle (Seaport), with various incumbents predominantly having significant roles. Notably, many contracts are set to expire in the next few years, and several are pending follow-on actions.
Mar 19, 2025, 10:06 PM UTC
The document outlines a series of service contract opportunities related to the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC). It includes vital specifications such as requirement titles, competition types, North American Industry Classification System (NAICS) codes, contract vehicles used, current incumbents, contract numbers, expiration dates, and anticipated follow-on RFPs. The requirements cover an array of services, including Acoustic Trial and Range Sustainment, Business Support Services, Infrastructure Support, Technical and Industrial Support Services, and Information Technology systems support. Various contracts have different classifications such as unrestricted, small business set-aside, and SDVOSB (Service-Disabled Veteran-Owned Small Business). Future RFPs are anticipated in various quarters, indicating an ongoing demand for these services. The document serves as a resource for firms interested in federal contracting opportunities, emphasizing transparency, communication, and support for small businesses within federal procurement processes. Overall, it reflects the strategic needs of the Navy concerning operational and administrative support functions, ensuring readiness and compliance across varied locations.
Apr 2, 2025, 12:04 AM UTC
The Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) are conducting multiple service contracts spanning various support services. Contract types include unrestricted and small business set-asides (SBSA), and services range from acoustic trial sustainment and technical support to engineering and logistics. Key incumbents include Celeris Systems, INDUS Technology, and others, with most contracts utilizing the Seaport procurement vehicle under the North American Industry Classification System (NAICS) code 541330. Contracts have varying expiration dates; some are anticipated for follow-on Requests for Proposals (RFPs) in FY25 and beyond, while others are pending award or have recently closed. The document indicates a focus on supporting naval operations, with attention to business, engineering, IT, and logistics services across diverse geographical locations including Florida, Hawaii, and various naval facilities. Contact information for further inquiries regarding small business programs is provided at the end of the document, emphasizing the commitment to inclusivity in federal contracting opportunities for small businesses. Overall, this document serves as a detailed overview of upcoming contracts, their current statuses, and business engagements with the NUWC and NSLC.
May 31, 2024, 7:43 PM UTC
The document outlines various service contracts associated with the Naval Undersea Warfare Center (NUWC) Division in Keyport and the Naval Sea Logistics Center (NSLC) in Mechanicsburg. Each entry details project requirements, previous competition status, associated contract vehicles, incumbents, contract numbers, expiration dates, and anticipated follow-on requests for proposals (RFPs). Notable services include acoustic trial support, engineering services, and property accountability across multiple locations and contract types.
Dec 13, 2024, 11:05 PM UTC
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
Title
Type
Special Notice
Similar Opportunities
Next Generation Fathometer
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking proposals for the procurement of a Next Generation Fathometer, specifically a SONAR Sounding Set. This procurement includes essential components such as a SONAR receiver-transmitter, mounting brackets, remote depth indicators, a SONAR simulator, Navy Tactical Data System A (NTDS-A) converter boxes, and the necessary technical documentation, all to be manufactured in accordance with specified NAVSEA drawings. The SONAR Sounding Set is critical for enhancing underwater detection and navigation capabilities, supporting various naval operations. Interested vendors can find the Request for Proposal (RFP) at https://piee.eb.mil/ by searching for N0025325R7005, and should direct inquiries to Michael Beadle at michael.f.beadle.civ@us.navy.mil or Terrell Burt at terrell.l.burt2.civ@us.navy.mil, with the latter also reachable by phone at (360) 315-0941.
Depot Overhaul Repair
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking small businesses to provide depot overhaul repair services for the U.S. Navy's Mark 11 Sea, Air, and Land (SEAL) Delivery Vehicle (SDV) Systems, with a focus on on-island support in Pearl City, Hawaii. The procurement aims to identify vendors capable of conducting maintenance, emergency repairs, parts procurement, and sustainment engineering for the MK11 SDV Systems, which are critical for transporting and deploying personnel. This opportunity is particularly significant as it supports the operational readiness of the Navy's undersea warfare capabilities, with a maximum performance period of five years anticipated, starting with the first system overhaul in FY26. Interested vendors must submit their capabilities statements by 5:00 PM EST on April 4, 2025, to the designated contacts, Joseph Boyko and Matthew C. Hedrick, via the provided email addresses.
J019 - SMALL CRAFT MAINTENANCE AND UPGRADE SUPPORT SERVICES
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is soliciting proposals for Small Craft Maintenance and Upgrade Support Services. The contract aims to provide comprehensive maintenance, repair, and upgrade services for a fleet of twenty small vessels utilized by the Naval Oceanographic Office (NAVOCEANO), ensuring compliance with established standards and regulations. This initiative is crucial for maintaining operational readiness and enhancing capabilities in marine surveying and training operations. Interested small businesses must submit their proposals by April 10, 2025, with the contract valued on a firm-fixed-price basis for a five-year period, potentially extending for an additional six months. For further inquiries, contact Joseph Caltagirone at joseph.caltagirone@navy.mil or by phone at 564-226-0669.
Waterfront Operations, Naval Surface Warfare Center, Carderock Division (NSWCCD)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, Carderock Division (NSWCCD), is seeking contractor support for Waterfront Operations at its Norfolk, Virginia facility. The procurement aims to secure services related to program management, operational oversight, maintenance, and repair of small watercraft, as well as compliance with safety regulations and logistical support. These services are critical for maintaining operational readiness and safety standards for military and governmental watercraft, ensuring effective service delivery in defense-related maritime activities. Interested small businesses are encouraged to respond to the Request for Information (RFI) by submitting their capabilities and experiences, with the anticipated contract award expected to be a cost-plus-fixed-fee (CPFF) indefinite delivery indefinite quantity (IDIQ) contract, projected to be solicited by June 2025. For further inquiries, interested parties may contact Caroline Lira at caroline.x.lira.civ@us.navy.mil or Mike Rossik at michael.e.rossik.civ@us.navy.mil.
February 2025 NSWCPD Multiple Award Contract Task Order Forecast
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is forecasting multiple award contract task orders for various U.S. Navy projects scheduled for February 2025. These projects will involve installation and maintenance work primarily under the Big Blue MAC and D40 Equipment Services MAC contracts, focusing on upgrading critical naval equipment systems such as Voyage Data Recorders, Integrated Bridge Systems, and Engine Repairs. The anticipated contract values for these projects range from under $2 million to $50 million, reflecting the Navy's ongoing commitment to enhancing operational capabilities. Interested contractors should prepare for upcoming Requests for Proposals (RFPs) and note that specific project details, including contact information and timelines, are outlined in the associated documentation.
NUWC Division Keyport Industry Engagement - Wednesday with the Deputy for Small Business
Buyer not available
The Department of Defense, through 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 event 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, featuring participation from the Washington State APEX Accelerator and other Small Business Deputies. The hybrid format allows for both in-person attendance at Vibe Co-Works in Poulsbo, WA, and virtual participation via Microsoft Teams, with sessions scheduled on the last Monday of each month from April to December 2024, starting at 10:00 AM. Interested parties are encouraged to contact David Walz at david.e.walz.civ@us.navy.mil for further details, noting that in-person space is limited and meetings may be subject to change or cancellation.
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.
ServiceNow for NAVSEA HQ, NSWC Newport, Carderock, and Panama City
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for licenses to support the ServiceNow Service Portal for various Naval Surface Warfare Centers and NAVSEA HQ. This procurement aims to enhance operational efficiency by providing essential software licenses, as the ServiceNow platform is critical for automating HR processes and improving data management across the organization. The solicitation utilizes the Carahsoft Technology Enterprise Software Initiative as the mandatory source for all Department of Defense software requirements, with a firm-fixed price agreement expected. Interested vendors must submit their quotes by April 18, 2025, to the primary contact, Arnel Ngo, at arnel.a.ngo.civ@us.navy.mil, or by phone at 757-478-2013, ensuring compliance with federal acquisition regulations throughout the process.
60' Dive Support Boat
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot Dive Support Boat intended for underwater maintenance, repair, and cleaning operations for the U.S. Navy. The contract is a HUBZone set-aside, emphasizing the need for compliance with specific technical specifications, including operational capabilities, safety standards, and environmental resilience, as outlined in the detailed Request for Quote (RFQ) and associated documents. This specialized vessel is crucial for supporting Navy divers in various missions, ensuring operational readiness and effectiveness in naval operations. Interested contractors must submit their quotations electronically by April 4, 2025, and can direct inquiries to Robert Soto at robert.soto76.civ@us.navy.mil or Julian Garibay at julian.p.garibay.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 Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair on these naval vessels, which are critical to maintaining operational readiness. The contracts will be awarded as two separate Firm-Fixed-Price contracts, and interested offerors must monitor the PIEE/SAM.gov page for updates and submit requests for access to relevant attachments to the designated contacts. For further inquiries, potential bidders can reach out to Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil.