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
    Description

    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting bids for the repair and modernization of the C300 YFBN-41 Barge located 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 to be completed by June 30, 2025. This initiative is crucial for maintaining the operational readiness and safety of naval infrastructure, adhering to strict federal safety and environmental regulations. Interested small businesses are encouraged to submit their quotations and past performance information to Gary W. Murdock at gary.w.murdock.civ@us.navy.mil or by phone at 207-994-0292, as this opportunity is set aside for total small business participation.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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
    San Tank Cleaning and Sanitzation
    Buyer not available
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotations for the cleaning and sanitization of sanitary tanks aboard U.S. submarines, specifically targeting Sanitary Tanks No. 1 and No. 2, with an option for Tank No. 3. The contractor will be responsible for ensuring compliance with stringent cleanliness standards and safety protocols, including the provision of necessary equipment and adherence to environmental regulations during the cleaning process. This procurement is critical for maintaining operational readiness and safety standards within the Navy's submarine fleet. Interested small businesses must submit their quotations by March 14, 2025, with the performance period projected to begin on October 1, 2025, lasting approximately three months. For further inquiries, potential bidders can contact David Agea at david.a.agea.civ@us.navy.mil or call 207-994-0614.
    Touch Labor Shipfitter
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors for a solicitation titled "Touch Labor Shipfitter" at the Portsmouth Naval Shipyard. This procurement aims to secure services related to shipbuilding and repairing, focusing on non-nuclear ship repair activities. The opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting small enterprises in defense contracting. Interested parties can reach out to Gary Murdock at gary.w.murdock.civ@us.navy.mil or by phone at 207-438-3091 for further details regarding the solicitation process.
    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.
    Maintenance, Repair, and Preservation of Beluga RCD Barge
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the Puget Sound Naval Shipyard IMF, is seeking contractors for the maintenance, repair, and preservation of the Beluga RCD Barge. The procurement requires comprehensive docking and maintenance work, including transporting the vessel, conducting inspections, performing structural repairs, and ensuring compliance with environmental safety standards. This opportunity is critical for maintaining the operational integrity of the barge, which plays a significant role in naval operations. Interested contractors should reach out to Alice Robertson at alice.n.robertson.civ@us.navy.mil or Nathan DeGuzman at nathaniel.d.deguzman.civ@us.navy.mil for further details, as the presolicitation notice outlines essential requirements and expectations for the project.
    60' Dive Support Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot Dive Support Boat, specifically designed for underwater maintenance and repair operations for the U.S. Navy. The contract includes comprehensive responsibilities for the design, construction, and delivery of the vessel, which must adhere to stringent specifications and safety regulations, ensuring operational readiness for dive support missions. This specialized boat will play a critical role in supporting Navy divers during submarine repairs and inspections, emphasizing the importance of durability and compliance with environmental standards. Interested contractors, particularly those classified as Historically Underutilized Business (HUBZone) entities, should contact Robert Soto at robert.soto76.civ@us.navy.mil or Julian Garibay at julian.p.garibay.civ@us.navy.mil for further details, with proposals due by March 28, 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.
    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.
    Rental of Eight (8) Chemical Toilets Naval Base New London, Groton, CT NLON
    Buyer not available
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking proposals from qualified small businesses for the rental of eight chemical toilets at Naval Base New London in Groton, CT. The contract requires the vendor to provide not only the units but also weekly maintenance services, including cleaning, restocking supplies, and waste disposal, with the service period running from July 22, 2025, to July 21, 2026. This procurement is essential for maintaining health and safety standards at the facility, ensuring that sanitation needs are met effectively. Interested vendors must submit their proposals by March 12, 2025, and can contact Bob Watters at robert.watters@navy.mil or by phone at 207-438-2205 for further information.
    MDC 3289 Revetment Barges FY25
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking proposals from qualified small businesses for the construction of revetment barges under the project titled "MDC 3289 Revetment Barges FY25." This procurement aims to acquire specialized barges designed for use in military and civil engineering applications, which are crucial for shoreline protection and flood control efforts. The work will be performed in Mississippi, and the contract is set aside for total small business participation, emphasizing the government's commitment to supporting small enterprises. Interested parties should reach out to Katie Sayers at Katie.L.Sayers@usace.army.mil or Michael J. Hunter at michael.j.hunter@usace.army.mil for further details and to stay informed about the upcoming solicitation timeline.
    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 Command (NAVFAC), is soliciting proposals for the Design-Bid-Build modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project aims to refurbish critical infrastructure, including rebuilding caisson seats, upgrading utility systems, and enhancing fire protection measures, all while ensuring compliance with safety and environmental regulations. The modernization is vital for maintaining operational readiness and supporting the U.S. Navy's long-term mission capabilities. Interested contractors must submit their proposals electronically by May 8, 2025, with a minimum requirement for small business participation set at 20% of the contract value. For further inquiries, potential bidders can contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.