Waterfront Operations, Naval Surface Warfare Center, Carderock Division (NSWCCD)
ID: N00167-25-R-00XXType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Other Support Activities for Water Transportation (488390)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 4:00 PM UTC
Description

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.

Files
Title
Posted
Mar 27, 2025, 7:05 PM UTC
The Naval Surface Warfare Center Carderock Division (NSWCCD) Detachment Norfolk seeks contractor support for waterfront operations concerning various watercraft and associated systems. The contract encompasses general program management, operational oversight, and direct waterfront operations including maintenance, testing, and logistical support for small watercraft, ranging from 1 to 230 feet in length. Key requirements involve the transition of responsibilities between contractors, management of personnel, and adherence to safety and environmental regulations. The contractor must establish a Program Manager and Site Manager to ensure compliance with operational, safety, and management reporting standards. The contractor will also manage supply and inventory at the facility, perform maintenance and repair operations, and ensure the availability of necessary permits and safety equipment. Regular progress reporting and documentation of operations and environmental safety compliance are mandated, along with emergency preparedness during operations. This initiative highlights the necessity of maintaining operational readiness and safety standards for military and governmental watercraft, affirming the commitment to efficient and effective service delivery amidst complex operational demands.
Mar 27, 2025, 7:05 PM UTC
The document is a draft Statement of Work (SOW) for industry feedback focused on waterfront operations at the Naval Surface Warfare Center Carderock (NSWCCD). It serves as an attachment designed to solicit questions and comments from industry stakeholders regarding specific requirements outlined in the SOW. The structure includes section headings, designated SOW paragraphs, page references, and areas for participant feedback, fostering engagement and clarity in understanding the operational criteria and expectations. The SOW's purpose is to refine project requirements through industry insights, ensuring alignment with operational goals and enhancing the effectiveness of future contracts related to waterfront operations. The emphasis on clear communication signifies the federal government's approach to collaborating with industry experts to achieve operational efficiency and innovation in defense-related maritime activities.
Mar 27, 2025, 7:05 PM UTC
The document outlines the solicitation process for a federal government contract, specifically a Cost-Plus Fixed-Fee (CPFF) Level of Effort (LOE) task order aimed at delivering services related to national defense. It integrates various sections detailing imperative clauses, instructions for offerors, eligibility criteria, and requirements for proposal submissions. Key areas include a focus on technical approach, past performance, and cost proposals, with specific instructions for formatting and content outlined for clarity. The evaluation criteria emphasize a comprehensive understanding of the requirements, the managerial capability of offerors, and their approach to ensuring compliance with federal laws, particularly concerning small business participation and addressing potential conflicts of interest. The importance is placed on thorough documentation and the necessity for proposals to reflect alignment with the government's objectives while being responsive to any amendments and clarifications. The culmination of these factors ultimately guides the selection process, evaluating offers based on their perceived value and compliance with solicitation terms.
Mar 27, 2025, 7:05 PM UTC
The NSWCCD Market Research Questionnaire aims to gather information from firms regarding their capabilities and experiences related to waterfront operations, specifically for upcoming government contract proposals. The questionnaire seeks to identify small business opportunities and refine acquisition documents. Key sections include basic company information, previous contract experience, socio-economic status, and security clearance requirements. Firms are asked if they intend to propose, their past performance on similar contracts, and their ability to comply with subcontracting limitations and security clearances. Additionally, the acquisition strategy segment requests feedback on the Statement of Work (SOW), exploring clarity, pricing structures, and adequacy of key personnel requirements. This document is critical for assessing the pool of potential contractors, ensuring alignment with government standards, and facilitating informed decision-making in the procurement process.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Navy Expeditionary Combat Craft (NECC) Repairs
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center, is seeking proposals for the repair of Navy Expeditionary Combat Crafts (NECC) ranging from 5 to 78 feet in length. The procurement aims to provide necessary management, labor, materials, and equipment for maintenance, upgrades, and repairs of non-commissioned boats and associated systems, primarily supporting various Naval Facilities in the San Diego area. This contract is crucial for ensuring that mission-ready boats and crafts are returned to service, with the anticipated solicitation to be issued as a Total Small Business Set-Aside in October 2024. Interested parties should contact Elisa Allison at elisa.r.allison.civ@us.navy.mil or Roderick Rioveros at roderick.q.rioveros.civ@us.navy.mil for notifications regarding the RFP posting and must be registered in the appropriate procurement systems to be eligible for award.
Sources Sought for Operation & Maintenance of WATSON Class Vessels
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking industry feedback for the operation and maintenance of eight Large, Medium-Speed, Roll-On/Roll-Off WATSON Class vessels. The procurement aims to identify potential contractors capable of ensuring high operational readiness and compliance with U.S. regulations while managing these vessels that support the prepositioning of government cargo worldwide. The anticipated contract will be a Firm-Fixed Price (FFP) with options for additional periods, spanning from April 2027 to March 2032, with responses due by May 9, 2025. Interested parties, including small businesses, should demonstrate relevant experience, financial capability, and possess a SECRET facility clearance, and can contact Kayla Etheya at kayla.v.etheya.civ@us.navy.mil or Andrea West at andrea.v.west.civ@us.navy.mil for further information.
60' Dive Boat
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is seeking information from potential vendors regarding the procurement of a 60-foot Dive Boat intended for Navy Dive Lockers and Regional Maintenance Centers. The RFI outlines specific requirements for the boat, including a 60 ft aluminum monohull construction, a minimum payload capacity of 5,990 lbs, and essential features such as twin diesel engines, a complex electrical system, and dive support equipment. This initiative is part of the Navy's operational needs to enhance marine transport and logistical recovery capabilities, with a potential contract award planned for FY25. Interested parties are encouraged to submit their capabilities, production details, and cost estimates by October 31, 2024, and can contact Colin Dwyer or Julian Garibay for further information.
Underwater Training Targets Support Services
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking proposals for Underwater Training Targets Support Services. The primary objective of this procurement is to provide waterborne capabilities for transporting and deploying large underwater ordnance training targets, essential for the Navy's Explosive Ordnance Disposal training at Joint Expeditionary Base Little Creek-Fort Story. This contract, which will be awarded as a single Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) agreement, is crucial for enhancing military training capabilities while ensuring compliance with safety and regulatory standards. Interested small businesses must submit their best quotes by the specified deadline, and for further inquiries, they can contact Sherell Brown at sherell.g.brown.civ@us.navy.mil.
Navy Expeditionary Combat Craft (NECC) Repairs
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center, is preparing to issue a Request for Proposal (RFP) for the repair of Navy Expeditionary Combat Crafts (NECC) ranging from 5 to 85 feet in length. The procurement aims to provide comprehensive management, material support services, labor, and equipment necessary for the maintenance, alteration, and repair of these crafts, primarily serving Naval Facilities in the San Diego area. This initiative is critical for ensuring the operational readiness of the Navy's fleet, with repairs expected to be conducted at contractor facilities within 50 miles of the 32nd Street Naval Base in San Diego. Interested small businesses are encouraged to contact Kristin Liljestrom or Alisha Bloor for notifications regarding the RFP, which is anticipated to be released in April 2025, under a Total Small Business Set-Aside with a firm-fixed price contract structure.
Repair and Maintenance Support Services - K5900 Side Scan System
Buyer not available
The Department of Defense, through the Naval Oceanographic Office (NAVOCEANO), is seeking information from qualified contractors for repair and maintenance support services for its fleet of ten Klein Marine Systems K5900 side scan systems. The objective is to ensure operational readiness by providing evaluations, repairs, and replacement components for these systems, which are critical for oceanographic data collection. This opportunity is framed as a Request for Information (RFI) and Sources Sought Notice, with a potential contract anticipated to be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) type, commencing around July 31, 2025. Interested parties must submit their capabilities statements by April 29, 2025, to the primary contacts, Stephanie Lent and Joseph Caltagirone, via the provided email addresses.
Non-Skid Replacement, Preservation, and Maintenance of District Crafts
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking qualified contractors for the non-skid replacement, preservation, and maintenance of various small crafts. The procurement aims to ensure the operational readiness of small boats, including harbor security, utility, and work boats, by performing essential maintenance and structural work at the contractor's facility located within the Puget Sound region of Washington. This initiative is critical for maintaining the functionality and safety of government-operated vessels, with a contract ceiling of $5 million and an ordering period extending until August 2, 2028. Interested small businesses must submit their proposals by April 25, 2025, and can direct inquiries to Jeff Jaeckel at jeff.a.jaeckel.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
Wing Inflatables Combat Rubber Raiding Craft (CRRC) Maintenance, Repair, Parts & Training
Buyer not available
The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command (USSOCOM), is seeking to award a contract for the maintenance, repair, parts, and training of Wing Inflatables, Inc. Combat Rubber Raiding Craft (CRRC). This procurement aims to establish a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, issuing Firm Fixed Price (FFP) task orders exclusively to Wing Inflatables, Inc., as this is a sole source acquisition justified under simplified acquisition procedures. The CRRCs are critical for various military operations, and the contract will adhere to the NAICS code 336612, with a size standard of 1,000 employees. Interested parties can reach out to Kelly L. McNeill at kelly.mcneill@socom.mil for further information, although this notice does not constitute a Request for Quotation (RFQ) or an obligation on the part of the Government.
USCGC MARGARET NORVELL (WPC-1105) DOCK-SIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dock-side repairs of the USCGC MARGARET NORVELL (WPC-1105) as part of a Sources Sought Notice aimed at market research. The anticipated repair period is set for 42 days, from November 11 to December 23, 2025, with a firm-fixed price contract expected to be awarded following the identification of capable sources. This initiative is crucial for maintaining the operational readiness of the vessel, which falls under the NAICS code 336611 (Ship Building and Repairing) with a size standard of 1,300 employees. Interested companies must submit their qualifications, including business size certification and relevant past performance, by May 6, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, potential respondents can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command, is soliciting proposals for the modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This Design-Bid-Build project aims to enhance the facility's operational capabilities by rebuilding caisson seats, refurbishing the dock floor, and constructing new utility systems, with a focus on safety and environmental compliance. The modernization is critical for supporting submarine repairs and ensuring the Navy's long-term mission readiness. Interested contractors must submit their proposals electronically by June 6, 2025, with a minimum small business participation requirement of 20% of the contract value. For further inquiries, contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.