N3904025Q1002 Barge Repair, Groton, CT.
ID: N3904025Q1002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, USA

NAICS

Ship Building and Repairing (336611)

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 5, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 25, 2025, 12:00 AM UTC
  3. 3
    Due May 9, 2025, 12:00 PM UTC
Description

The Department of Defense, specifically the Department of the Navy, is soliciting offers for the repair and modernization of the C300 YFBN-41 Barge at the Portsmouth Naval Shipyard in Groton, Connecticut. The project encompasses a range of repair services, including the modernization of the flooding system, installation of a fire alarm, replacement of a drinking fountain, and cleaning and preservation of the CHT tank and sump, all adhering to strict safety and quality standards. This procurement is critical for maintaining naval infrastructure and ensuring operational readiness, with a firm-fixed-price contract expected to be awarded by June 30, 2025. Interested small businesses must attend a mandatory site visit on March 12, 2025, and submit their RSVP by March 10, 2025, to Gary W. Murdock at gary.w.murdock.civ@us.navy.mil, who can also be contacted for any inquiries.

Point(s) of Contact
Files
Title
Posted
Apr 25, 2025, 3:06 PM UTC
The Portsmouth Naval Shipyard requires a contractor for repairs on the YFNB-41 barge moored at Naval Submarine Base New London, Groton, CT, scheduled to be completed by June 30, 2025. The contractor must provide certified technicians for repairs on various systems, including HVAC, fire, and flooding alarms, as well as potable water infrastructure and sewage systems. Each repair requires prior approval from the Contracting Officer, and detailed reports on completed work must be submitted within three business days. Key tasks include testing and replacing alarm systems, installing new drinking fountains, and performing structural repairs on the sewage tank, following strict NAVSEA standards. All work must adhere to safety and security protocols, including PPE requirements and access controls for personnel and vehicles. This project exemplifies the government’s commitment to maintaining and improving critical naval infrastructure while ensuring safety and compliance with federal standards.
The document is a Past Performance Information Form, part of a federal government Request for Proposal (RFP) process. It seeks detailed information from offerors regarding previous contracts to assess their qualifications. Key elements required include the name of the offeror, contract identifier, customer details, total project expenditure over the last five years, personnel involved, the period of performance, a description of the work performed, any issues related to quality, delivery, or cost, and details of subcontractors involved. This form serves as a vital tool for establishing the relevant experience of contractors and ensuring accountability in federal projects. By evaluating past performance, government agencies can make informed decisions during the selection process, ensuring they engage qualified vendors for successful contract execution.
The document is the PAST PERFORMANCE REPORT FORM for solicitation N3904024R0132, which serves to evaluate contractors' performance in federal contracts. It outlines several key areas for assessment: quality, timeliness, and responsiveness, alongside a section for identifying strengths and weaknesses of the contractor. 1. **Quality** examines satisfaction, instances of rework or deficiencies, and overall workforce proficiency. 2. **Timeliness** assesses the contractor's ability to meet schedules and timely submission of reports and invoices. 3. **Responsiveness** looks at the contractor's ability to address concerns and resolve issues. Additionally, the report asks if the contractor would be re-hired, requests information on similar contracts, and inquires about other parties to contact for feedback. The goal of this report is to provide a comprehensive evaluation of the contractor's past performance to inform future contracting decisions. By systematically collecting feedback, it aims to ensure high standards in government procurement processes and accountability.
Apr 25, 2025, 3:06 PM UTC
Apr 25, 2025, 3:06 PM UTC
This Request for Quotation (RFQ) pertains to various repair and modernization services required for the C300 YFBN-41 Barge at Portsmouth Naval Shipyard. It includes a firm-fixed-price arrangement for multiple job items such as modernizing the flooding system, installing a fire alarm, replacing a drinking fountain, and cleaning and preserving the CHT tank and sump, all in accordance with the attached Statement of Work. The RFQ outlines the necessary information for submission, including quotation details, item descriptions, and specifications for the materials and services needed. It emphasizes compliance with federal regulations regarding safety, environmental protection, and quality standards, particularly concerning hazardous materials management and employee safety protocols. The document also includes various regulatory clauses ensuring adherence to Navy specifications and the requirement for contractors to maintain insurance coverage. Overall, this RFQ conveys the government's intent to solicit competitive offers while ensuring adherence to strict standards for public safety and resource management.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
USFF Barge (70PE9301)
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking contractors for routine repairs and modernizations of the USFF Barge (70PE9301) during a scheduled off-season stand-down from April to June 2025. The procurement aims to address material condition discrepancies and ensure the barge remains operationally ready. This opportunity is significant as it involves essential maintenance for naval operations, with a focus on compliance with federal contracting standards. Interested contractors must submit capability statements via beta.SAM.gov and ensure registration in the System for Award Management (SAM) to be eligible for contract award. For inquiries, contact Ben Bethel at benjamin.bethel@navy.mil or Chris Whiteside at christopher.d.white1@navy.mil.
Port Security Barrier (PSB) System and Components Out of Water Upkeep, Repair, & Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide upkeep, repair, and maintenance services for the Port Security Barrier (PSB) System at Newport News Shipbuilding. The procurement involves comprehensive out-of-water maintenance, including the removal, cleaning, inspection, and repair of 32 modules, 5 anchors, and 1 marine fender, ensuring the PSB operates effectively in safeguarding critical port facilities. The contract is a Firm Fixed Price procurement with a performance period of 120 days, and interested parties must submit their quotes by 1:00 PM on May 8, 2025, to the designated contracting officer, Shauna McLarney, via email. For further inquiries, contractors can reach out to the primary and secondary contacts provided in the solicitation.
Repair Waterfront, U.S. Coast Guard Academy, New London, CT (New London County) Project No. 13317433
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the repair of various waterfront facilities at the U.S. Coast Guard Academy in New London, Connecticut. The project encompasses extensive repairs to structures including the T-Boat Pier, Railroad Overpass Bridge, Floating Docks, and several other piers, requiring a range of services from replacing timber and steel components to recoating and cleaning existing structures. This procurement is critical for maintaining the operational integrity of the Academy's waterfront facilities, with an estimated contract value between $3 million and $4 million and a performance period of 190 calendar days from the Notice to Proceed. Interested vendors should contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil, with bids due by May 7, 2025.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
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.
DESIGN-BID-BUILD, P-347 PERIMETER SECURITY IMPROVEMENTS, PORTSMOUTH NAVAL SHIPYARD, NCTS CUTLER, MAINE
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting bids for the Design-Bid-Build (DBB) project focused on perimeter security improvements at the Portsmouth Naval Shipyard, located in Cutler, Maine. The project aims to enhance security measures, including the installation of fencing, gates, and barriers, while ensuring compliance with safety and environmental regulations throughout the construction process. This initiative is critical for maintaining the security of military installations and aligns with federal procurement standards. Interested contractors must attend a mandatory site visit on May 6, 2025, and submit necessary access forms by April 21, 2025. For further inquiries, contractors can contact Mary Pool at mary.pool@navy.mil or by phone at 757-341-0559.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
FY25 MV Puget Drydock Maintenance Services
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the FY25 MV Puget Drydock Maintenance Services, a project set aside exclusively for small businesses. The contractor will be responsible for providing comprehensive shipyard maintenance services, including inspections, repairs, and cleaning for the MV PUGET, to be performed at a facility in the Puget Sound area. This maintenance is crucial for ensuring the operational readiness and safety of the vessel, with the performance period estimated from May 25, 2025, to July 25, 2025. Quotations are due by May 15, 2025, and interested contractors must register in the System for Award Management (SAM) to be eligible for consideration; for further inquiries, contact Geraldine L. Kemp at Geraldine.L.Kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil.
NSBNL Auto Doors Maintenance & Repair
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for maintenance and repair services of automatic doors at the Naval Submarine Base New London in Groton, Connecticut. This opportunity is a 100% small business set-aside under NAICS code 238290, requiring contractors to provide both recurring maintenance and emergency repair services for automatic doors, with a contract term of up to 60 months, including one base period and four option periods. The services are critical for ensuring the operational readiness and safety of military facilities, emphasizing the importance of compliance with federal regulations and quality standards. Proposals are due by 10:00 AM EST on April 28, 2025, and interested parties should submit their proposals electronically to Kirsten Cohoon at kirsten.m.cohoon.civ@us.navy.mil.
Maintenance, Repair, and Preservation of Bangor Caisson 1 Prime
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking a contractor for the maintenance, repair, and preservation of the Bangor Caisson 1 Prime, a significant asset measuring 108 feet in length and 65 feet in height. The procurement involves a Firm-Fixed-Price contract that requires the contractor to perform various tasks, including asset pickup and delivery, coating renewal, system inspections, and compliance with safety and environmental regulations. This opportunity is crucial for ensuring the operational readiness and longevity of naval assets, with the contract expected to be awarded in September 2025, following a request for proposals anticipated in April/May 2025. Interested parties should contact Jeff Jaeckel at jeff.a.jaeckel.civ@us.navy.mil or Christopher Campbell at christopher.d.campbell76.civ@us.navy.mil for further information.