Marine Boatyard Repair and Maintenance Support LOT I for the Mid-Atlantic Regional Maintenance Center
ID: N50054-24-R-0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMID ATLANTIC REG MAINT CTRNORFOLK, VA, 23511-2124, 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 Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for a Marine Boatyard Repair and Maintenance Support contract (N50054-24-R-0007) aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area, primarily within a 100-mile radius of Naval Station Norfolk, Virginia. The contract will be structured as an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC), with a base year and four one-year ordering periods, focusing on depot-level repairs, maintenance, and alterations, while ensuring compliance with safety and environmental regulations. This procurement is designated as a Total Small Business Set-Aside, with the applicable NAICS code being 336611 (Ship Building and Repair), and interested contractors are required to submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) solicitation module by the specified deadlines. For further inquiries, contractors may contact Jake Grady at jake.a.grady2.civ@us.navy.mil or Kevin Cooper at kevin.r.cooper20.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The file details a five-year procurement plan for ship repair services, outlining labor rates and material costs for each year. The focus is on direct production labor hours and corresponding rates, with a structure that computes total prices including labor and materials. Each annual clinic (CLIN) provides a breakdown of hours and rates, with a notable increase in labor hours over time, and annual material costs escalating accordingly. The fully burdened ship repair labor rates are provided in dollars and cents, while the material burden rate is expressed as a percentage. This comprehensive approach ensures a precise evaluation of the total cost, reaching a five-year evaluated price of $19,656,053.
    According to this file, titled 'Contractor's Current Capacity,' an assessment of the contractor's capabilities and current workload is underway. The document seeks to comprehend their present and prospective obligations by recording details such as the start and end dates of ongoing projects, the percentage of completion, and the resources allocated in terms of equipment and manpower. It also inquiries into the potential for weekend and shift work, indicating a time-sensitive endeavor. This information is presumably being used to determine the contractor's ability to take on additional work, possibly for a new, substantial project, as the file also asks if they plan to reallocate resources from one task to another.
    The file contains a reference list template for offerors responding to a government procurement solicitation. This form is used to provide a detailed account of the offeror's past performance on relevant contracts. It requests information on the contract numbers, values, periods of performance, and the offeror's delivery, quality, and corrective actions taken. This information is crucial for the government's source selection process, as it helps evaluate the offeror's suitability and potential for successful contract execution. The file seeks to gather comprehensive details on the offeror's past experiences, enabling a rigorous assessment of their capability to meet the requirements outlined in the solicitation.
    The Mid-Atlantic Regional Maintenance Center (MARMC) has issued a Past Performance Assessment Questionnaire for a contractor's previous work. The assessment focuses on seven key areas: cost control, schedule adherence, quality, subcontract management, business relations, management of key personnel, and overall recommendation. Respondents are required to provide detailed assessments using a scale of 1 to 5 for each area, with accompanying narratives. This information is crucial for MARMC's evaluation of the contractor's past performance and its potential award of a new contract. The assessment also collects information on the contractor's ability to meet deadlines, manage costs, and maintain quality standards, as well as customer satisfaction levels and the likelihood of recommending the contractor for future work. The questionnaire aids MARMC in making informed decisions about the contractor's suitability for current and future projects.
    The file contains detailed requirements and instructions for several work templates related to naval ship maintenance and repair. These templates cover a range of topics, including manhour and material reservation, work completion certification data, security protocols for naval shipyard access, and general requirements for work within naval stations. The file ensures compliance with regulatory frameworks such as OSHA, EPA, and DOT guidelines, outlining procedures for managing hazardous materials, waste disposal, and environmental contingencies. These templates are designed to streamline the management of naval maintenance availabilities, specifying roles, responsibilities, and procedures to be followed by contractors.
    The file details stringent security measures for protecting US Naval assets, primarily focusing on perimeter control and access barriers. These measures include physical barriers, such as fences and gates, backed by security personnel, with openings kept to a minimum. Access control measures, such as identification checks, are to be implemented. An armed security force, equipped with lethal and non-lethal weapons, should be present. Lighting, signs, and boundaries are to be installed for added security, while communication systems are to be set up for internal and external coordination. Additionally, the requirement for waterborne security boats is outlined, specifying their mission, characteristics, and requirements, including size, crew capabilities, and propulsion systems. These boats are to provide a dedicated presence and deterrence in the vicinity of Naval assets, with the ability to respond swiftly to potential threats.
    The file details an extensive list of boats and crafts required for various government operations, encompassing both military and civilian applications. It includes a wide range of vessels, from special operations craft, patrol boats, and tugs to dry docks, barges, and causeway sections. The list is divided into different sections, distinguishing between applicable boats, service crafts, and lighterage systems. Each section contains numerous craft types, with detailed descriptions of their functionalities and capabilities. The document serves as a comprehensive overview of the diverse maritime assets needed for diverse operations, from high-speed missions to rescue operations, cargo transport, and maintenance tasks.
    The document pertains to the solicitation N50054-24-R-0007 for Marine and Boatyard Maintenance Support, detailing contractor inquiries and government responses regarding the proposal submission process. Key points include the requirement for contractors to submit a Remote Site Performance Plan if they lack an approved one, and the clarification that the Navy Maintenance Database (NMD) must be used for contract orders. Additionally, it confirms that while a Security Classification Specification is unnecessary, a DD-254 will be provided if a specific order involves classified requirements. The document addresses concerns about the completion of various attachments, including a capacity sheet and documentation for Agreement for Boat Repair (ABR), emphasizing that these must align with the offeror's capabilities. The distinctions between LOT I and LOT II are also outlined, focusing on the variation in craft size and contractor capabilities. Overall, the document serves to clarify procedural aspects of the solicitation to facilitate contractor compliance and understanding.
    The Mid-Atlantic Regional Maintenance Center (MARMC) seeks marine boatyard and maintenance support services within a 100-mile radius of Norfolk, Virginia. This fixed-price contract covers a range of tasks, including quick response support, alterations, repairs, and periodic maintenance for boats, craft, and associated systems. The work involves hull, mechanical, electrical, and electronic systems, with a focus on ensuring operational readiness. Contractors must provide management, labour, materials, and equipment, adhering to strict quality assurance and safety standards. Delivery orders will be placed for specific tasks, allowing for flexibility in meeting evolving requirements. Key administration details include a delivery period until September 2024 and a coordination process facilitated through electronic communication and Navy maintenance databases.
    The document outlines the Request for Proposal (RFP) for marine boatyard and maintenance support services, primarily for the Mid-Atlantic Regional Maintenance Center (MARMC). The contractor is tasked with providing comprehensive management, labor, materials, and equipment necessary for repairs and maintenance of non-commissioned boats and associated systems within a designated area around Norfolk, Virginia. Key components include provisions for project management, adherence to safety and environmental regulations, coordination with other contractors, and accountability for government property. The work encompasses multiple tasks, including preventative maintenance, repairs, quick response support, and quality assurance inspections. The contractor must maintain a proper inventory system for material control and follow established quality assurance protocols. Specific logistical requirements, such as transportation of boats and parts, safe storage, and electronic tracking systems, are highlighted. The overarching aim of this RFP is to secure reliable support services that enhance operational readiness and efficiency of U.S. marine craft while ensuring compliance with applicable laws and standards. The document emphasizes the structure and terms of interactions between contractors and government representatives, detailing the processes for submitting proposals, modifications, and reporting necessary changes during contract execution.
    The document details an amendment to the solicitation for a Marine Boatyard and Maintenance Support contract by the Mid-Atlantic Regional Maintenance Center (MARMC), emphasizing updates on the Past Performance Questionnaire due date and the Statement of Work. The contract mandates comprehensive support for the management, materials, labor, and equipment for maintenances, including service life extensions and repairs for Non-Commissioned boats and associated systems within 100 miles of Norfolk, Virginia. Key responsibilities include adhering to federal, state, and local laws, ensuring technician qualifications, maintaining government property, and cooperating with other contractors. Specific tasks outlined involve quick response support for repairs, pre-installation surveys, quality assurance inspections, and logistics support. Environmental safety regulations must be followed strictly, including waste disposal protocols. The summary emphasizes the contractor's accountability for maintenance responsibilities, ensuring operational readiness of naval crafts. The overarching aim is to provide efficient and compliant maintenance services, reflecting the government's commitment to maintaining its marine assets safely and effectively.
    The Marine and Boatyard Maintenance Support LOT I MAC IDIQ solicitation prompts contractors to submit clarification requests. The government seeks a comprehensive response to these queries, addressing issues like paragraph and page numbers alongside corresponding item numbers. The contractor questions span a wide range, necessitating detailed government responses to clarify the procurement process for potential bidders. This exchange ensures a well-informed and transparent process, fostering a clear understanding of the requirements for successful contract bids.
    Similar Opportunities
    Marine Boatyard Repair and Maintenance Support LOT II for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for the Marine Boatyard Repair and Maintenance Support LOT II contract, aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area. The contractor will be responsible for delivering management, labor, material support services, and equipment necessary for depot-level repairs, alterations, and maintenance of various non-commissioned boats and associated systems. This contract is critical for ensuring the operational readiness of naval assets and will be awarded as a Firm Fixed Price/Indefinite Delivery Indefinite Quantity (FFP/IDIQ) contract, with a base year and four one-year ordering periods. Interested small businesses must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and can direct inquiries to primary contact Jake Grady at jake.a.grady2.civ@us.navy.mil or secondary contact Willie Ross at willie.r.ross.civ@us.navy.mil.
    Hull, Mechanical, and Electrical Repair/Maintenance IDIQ for the Mid­-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC) focused on hull, mechanical, and electrical (HM&E) repair and maintenance for various U.S. Navy vessels. The contract aims to fulfill repair, maintenance, modernization, and sustainment requirements primarily within a 50-mile radius of Naval Station Norfolk, Virginia, with potential tasks extending across the continental United States. This procurement is critical for maintaining the operational readiness of the Navy's fleet and is set aside exclusively for small businesses, with a total contract value projected at approximately $10 million over five years. Interested contractors must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, and inquiries can be directed to Jake Grady or Donald Bowers via their provided email addresses.
    J--Boat Preventative Maintenance and Repair
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    J--Boat Preventative Maintenance and Repairs
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four Oil Spill Recovery boats at Naval Weapons Station Earle, NJ. The services will be acquired through a small business set-aside procurement action. The contract will have a one-year base period of performance and four one-year ordering periods thereafter. The services will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Subpart 13.5. Interested vendors can download the request for quote from the NECO and FBO websites starting from 15 March 2018. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    James River Reserve Fleet_Drydocking TD 207 PUSH BOAT
    Active
    Transportation, Department Of
    The Department of Transportation's Maritime Administration (MARAD) is seeking qualified small businesses to provide dry docking services for the TD-207 Push Boat, a vessel owned by the United States. The contractor will be responsible for all labor and materials necessary to perform the dry docking as outlined in the Statement of Work, with the project expected to commence within 60 days following the delivery of the vessel to the contractor's facility in the Hampton Roads area of Virginia. This procurement is critical for maintaining the operational readiness of maritime assets and supports the federal government's commitment to engaging small businesses in the maritime industry. Proposals are due by September 16, 2024, and interested parties should contact Mr. Cory Lynch at cory.lynch@dot.gov or Mr. Robert McDermott at robert.mcdermott@dot.gov for further information.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    USNS LEROY GRUMMAN FY25 MTA-DD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is soliciting proposals for the Midterm Availability and Dry-Docking of the USNS Leroy Grumman (T-AO 195) scheduled to commence on March 18, 2025, for a duration of 135 days. This contract 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 services sought are critical for maintaining the operational readiness and safety of naval vessels, ensuring they meet the necessary standards for continued service. Interested parties can reach out to Austin Amory at austin.amory@navy.mil or by phone at 757-927-6895 for further details regarding the solicitation.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    MHE and SMSE Maintenance Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking MHE and SMSE Maintenance Services in Norfolk, VA. The services include lubrication, maintenance, repair, overhaul actions, and transportation movement on Shipboard and Shore-based Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). MHE refers to self-propelled equipment used in storage and handling operations, while SMSE includes container handlers, mobile shipboard cargo cranes, and other equipment. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. The RFP will be available for download on beta.SAM.gov on or around 1 March 2021. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Heather Coleman at HEATHER.COLEMAN@NAVY.MIL.
    Rotational Deployment Mechanism (RDM) Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, is soliciting proposals for the refurbishment of the rotational deployment mechanism (RDM) unit for a Virginia Class submarine. This procurement aims to secure a Firm Fixed-Price contract with Curtiss-Wright Electro-Mechanical Corporation, following a sources sought notice that indicated no capable sources were available to meet the requirement. The refurbishment services are critical for maintaining the operational readiness of the submarine fleet, and interested parties must request the solicitation by contacting the primary and secondary points of contact, Jodie Tramuto and Megan Ho, via email. All proposals must comply with the established CLIN structure and be submitted by the specified deadlines, with the requirement that all responding firms are registered with the System for Award Management (SAM).