SONAR DOME RUBBER WINDOW SERVICE
ID: N0040625Q0354Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Navy, is soliciting proposals for Sonar Dome Rubber Window (SDRW) testing and inspection services at the SRF Yokosuka in Japan. This procurement aims to ensure the operational readiness of U.S. Navy ships by providing essential maintenance services, with a firm, fixed-price contract anticipated. The work is scheduled to take place from May 12 to May 16, 2025, and is part of a total small business set-aside initiative, emphasizing the Navy's commitment to engaging small and service-disabled veteran-owned businesses. Interested contractors must submit their proposals by noon on March 7, 2025, and can direct inquiries to Ferbien Encomienda at 360-476-7587 or via email at Ferbien.O.Encomienda.CIV@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Federal Request for Proposal (RFP) for the procurement of Sonar Dome Rubber Window (SDRW) testing and inspection services for the U.S. Navy at the SRF Yokosuka in Japan. A firm, fixed-price contract is anticipated, and all submissions are due by noon on March 7, 2025. Important details include requirements for thorough completion of the solicitation, evaluation criteria focusing on technical acceptability and past performance, and the necessity for contractors to take note of any exceptions to solicitation terms. The work will be performed onboard U.S. Navy ships, with specific performance timelines from May 12 to May 16, 2025. The document also details payment processes through the Wide Area Workflow system, access requirements for contractors at Navy installations, and compliance with various security and labor regulations. This RFP represents a critical component of the Navy's operational readiness and underscores the commitment to contracting with small and service-disabled veteran-owned businesses.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    USS DEWEY (DDG-105) FY25 Surface Incremental Availability
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the FY25 Surface Incremental Availability of the USS Dewey (DDG-105), focusing on essential ship repair and alteration services. The procurement includes modifications to the 02 and 03 Level Weather Bolted Equipment Removal Plate (BERP) and the replacement of the nonskid system on specific weather frames, with work scheduled to commence on May 6, 2025, and conclude by July 22, 2025. These services are critical for maintaining the operational readiness and safety of the vessel, ensuring compliance with military standards and protocols. Interested contractors must possess a Master Agreement for Repair and Alteration of Vessels (MARAV) and submit their bids by April 2, 2025; for further inquiries, they can contact Miwa Takahashi at miwa.takahashi2.ln@us.navy.mil or by phone at 814-681-67623.
    USS RALPH JOHNSON DDG114 FY25 SRA 5C1 Bundle 2 (YOKOSUKA, JAPAN)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Scheduled Restoration Availability (SRA) of the USS Ralph Johnson (DDG-114) in Yokosuka, Japan, during Fiscal Year 2025. The procurement involves comprehensive repair and alteration services, with a focus on maintaining the operational readiness of the naval vessel, including specific task group instructions for cleaning, assessing, and repairing critical systems aboard the ship. This contract is crucial for ensuring the safety and functionality of naval operations, and only contractors with a Master Ship Repair Agreement or an Agreement for Boat Repair are eligible to submit proposals. Interested parties must acknowledge amendments to the solicitation and submit their offers by March 10, 2025, at 10:00 AM JST. For further inquiries, contact Kumi Matsumoto at kumi.matsumoto.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil.
    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.
    CCP OD BOX SERVICE
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Puget Sound, is soliciting proposals for the controllable pitch propeller (CPP) oil distribution box service to support the U.S. Naval Ship Repair Facility in Sasebo, Japan. The selected contractor will be responsible for providing technical assistance, oversight, and guidance for the removal and installation of the CPP system, ensuring compliance with safety, environmental regulations, and military access protocols. This service is critical for maintaining the operational readiness of naval vessels, emphasizing the importance of adhering to strict contract requirements and risk assessments. Proposals are due by 12:00 PM on March 10, 2025, with the project scheduled to take place from March 17 to May 1, 2025. Interested parties can contact Ferbien Encomienda at 360-476-7587 or via email at Ferbien.O.Encomienda.CIV@us.navy.mil for further information.
    SHIP REPAIR REQUIREMENT:FY25 5C1 Chief of Naval Operation (CNO) Availability of USS HOWARD (DDG-83)
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and alteration of the USS HOWARD (DDG-83) as part of the Chief of Naval Operations (CNO) Availability for Fiscal Year 2025. Contractors authorized to operate in Japan are required to submit their proposals by March 14, 2025, with the anticipated work period spanning from April 7 to September 9, 2025, at the Yokosuka Naval Base. This procurement is critical for maintaining the operational readiness and safety of naval vessels, ensuring compliance with stringent quality management systems and safety regulations. Interested contractors should direct inquiries to Neil Flint at neil.s.flint.civ@us.navy.mil or call 315-243-8395 for further details.
    PMS-390 Industry Day Questions
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is hosting an opportunity for contractors to engage in the Dry Deck Shelter Maintenance Program and Submarine Rescue Operations and Maintenance contracts. The procurement aims to clarify expectations and timelines for these sophisticated naval operations, with a Request for Proposal (RFP) anticipated in Q4 2024 and contract execution expected in Q3 2026. This initiative is crucial for maintaining operational readiness and ensuring the effectiveness of submarine rescue capabilities. Interested parties can reach out to William Martin at william.r.martin7@navy.mil or 202-781-2497, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the Drydocking Selected Restricted Availability (DSRA) for the USS Pearl Harbor (LSD 52) and USS O’Kane (DDG 77) for fiscal year 2026. This procurement involves shipbuilding and repair services, specifically focusing on non-nuclear ship repair, which is critical for maintaining the operational readiness and safety of naval vessels. Interested contractors should note that the primary point of contact for this opportunity is Courtney Schlusser, who can be reached at courtney.j.schlusser.civ@us.navy.mil or by phone at 202-781-3399, with a secondary contact available as well. Further details regarding the solicitation process and deadlines will be provided in the official solicitation documents.
    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.
    Unmanned Hyperbaric Systems Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Unmanned Hyperbaric Systems Support Services through a firm-fixed price, multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The procurement aims to secure comprehensive support services that are critical for the maintenance and operation of unmanned hyperbaric systems, which play a vital role in various defense operations. Interested offerors must adhere to specific submission requirements, focusing on evaluation factors such as Technical Capability, Key Personnel, Safety, Small Business Utilization, Past Performance, and Price, with proposals due by March 24, 2025. For further inquiries, potential bidders can contact Matthew Duong at matthew.h.duong.civ@us.navy.mil or Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil.
    Propulsor "PC.1A" and "Leading Edge Ring" repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF), is soliciting proposals for the repair of the propulsor "PC.1A" and "Leading Edge Ring" for a Virginia-class submarine. This procurement aims to ensure the operational readiness and maintenance of critical naval assets, emphasizing the importance of high-quality repair services in support of the Navy's mission. Contractors must adhere to stringent safety, health, and security protocols, including compliance with OSHA standards and the submission of an Operations Security (OPSEC) plan prior to contract performance. Interested vendors should contact Christine Aledo at christine.d.aledo.civ@us.navy.mil or Deanna Yoshida at deanna.k.yoshida.civ@us.navy.mil for further details, with the work scheduled to commence between April 17 and April 30, 2025, and a delivery deadline of May 31, 2025.