Maintenance, Repair, and Preservation of TWR 7 and 8
ID: N4523A25R1052Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, 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, specifically the Department of the Navy, is soliciting proposals for the maintenance, repair, and preservation of TWR-7 and TWR-8 at the Puget Sound Naval Shipyard. This procurement aims to ensure the operational integrity and safety of naval vessels through comprehensive maintenance services, including docking, hull repairs, and environmental management of hazardous materials. The contract is set aside for small businesses, emphasizing the importance of compliance with federal regulations and safety protocols throughout the project. Interested contractors should reach out to Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or call 360-815-9581 for further details, with submissions due as specified in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the maintenance and repair requirements for the TWR-7 vessel, detailing specific responsibilities for the Contractor. The document covers vessel characteristics, including dimensions and weight, as well as a comprehensive scope of work involving numerous technical tasks such as docking, hull and machinery repairs, tank inspections, and system overhauls. Emphasis is placed on quality workmanship, adherence to safety regulations, and effective communication with the government representatives throughout the contract. Key components include progress meetings, meticulous documentation of inspections, safety protocols, and requirements for environmental waste management. It specifies the need for materials to be new and compliant with regulations, prohibits hazardous substances, and outlines the onus on the Contractor for proper care of the vessel during the maintenance period. This SOW serves as a guideline for ensuring all contracted work adheres to the highest industry standards while fulfilling government requirements efficiently and safely. It belongs to the broader context of federal requests for proposals (RFPs) and grants aimed at maintaining the operational readiness of government vessels through structured procurement processes.
    The document outlines the Statement of Work (SOW) for the maintenance and repair of the vessel TWR-8, detailing responsibilities and requirements for the contractor. Key areas include vessel characteristics, scope of work, required quality standards, safety protocols, and environmental compliance. The contractor must ensure high-quality workmanship, manage the docking and undocking procedures, and conduct routine inspections and progress meetings to adhere to a prescribed schedule. The SOW emphasizes thorough documentation, including maintaining lists of subcontractors and training records. It also mandates managing hazardous waste in compliance with federal and state regulations, ensuring all materials used are new and free from prohibited substances. The contractor is responsible for the care of the vessel and must implement a weight control program for any modifications. The document serves as a framework for the contracting process, ensuring all parties understand their obligations and maintain compliance with legal, safety, and quality standards throughout the project's duration.
    This document provides instructions for contractors on completing the J-2 Price Proposal Worksheet, which is necessary for government contract submissions. Contractors are required to fill only the highlighted yellow cells with relevant information including company name, labor rates, and hours for various labor categories like shipfitters and welders. The worksheet is divided into sections for labor rates, regular and overtime hours, and a price proposal which auto-calculates totals for non-yellow cells. If using Facilities Capital Cost of Money (FCCOM), it must be calculated according to the CASB-CMF form, and N/A should be entered if not applicable. Additionally, it outlines processes for inputting rates, such as proposed General & Administrative (G&A) and profit rates, stressing their importance as a basis for all contract modifications. The document is structured methodically, ensuring clear guidance for contractors to maintain compliance with federal requirements when preparing bids or proposals in the context of RFPs, grants, and contract modifications. Accurate completion of the worksheet is crucial for the procurement process, ensuring transparency and standardization in pricing.
    The document is a Request for Specification Clarification related to the maintenance, repair, and preservation of TWR-7&8, identified by Requisition No. N4523A25R1052. The request is overseen by Point of Contacts (POCs) from the issuing office, Katie Lauer and Christopher Davidson, who are accessible via provided email addresses. Contractors are invited to submit questions regarding the specifications, but all requests must be received by the designated issuing office by a specified deadline. The document outlines the protocol for clarification requests, including the necessity for potential changes in specifications, drawings, requirements, or materials, alongside a section for technical review and serial numbers. This serves as part of a structured approach to ensure transparency and clarity in the bidding process, which is standard in federal RFPs and grants to facilitate effective communication between contractors and the government.
    The provided document, the Contract Performance Data Sheet (N4523A25R1052), is a federal contracting tool aimed at assessing contractor performance. It includes fields for the contractor's name, contract number, type, and a description of the item or service delivered, as well as key performance information. The yes/no questions evaluate adherence to the original schedule, compliance with specifications, the necessity for modifications or replacements, any contract terminations, and the receipt of quality awards. Additionally, it requests details on any corrective actions implemented for performance issues and their effectiveness. This form is essential for government entities to monitor contractor reliability and quality, ensuring that contractual obligations are met and reinforcing accountability in federal, state, and local RFP processes.
    The Corporate Experience Data Sheet for federal contracting, identified as N4523A25R1052, provides a structured template for contractors to present their relevant experience. It requires fields for the contractor's name, contract number, completion date, contract type, item/service description, contract quantity, period of performance, and customer contact information including a point of contact (POC) for verification. Additionally, a narrative section is mandated to outline specific experience in support of Sub-factor 1.1 Corporate Experience, as specified in Section L of the solicitation. This comprehensive document reflects the importance of demonstrating past performance and expertise in securing federal contracts. Responses should highlight successful delivery of similar services, reinforcing the contractor's qualifications for upcoming opportunities within the federal grant and RFP frameworks.
    The document outlines the protocol for requesting drawings related to the Federal Government's Request for Proposal (RFP) number N4523A25R1052, specifically for TWR-7 and TWR-8 projects. Interested parties must email either Katie Lauer or Christopher Davidson, using the specific subject line for the request. The drawings will be distributed back to the requester via the Department of Defense (DoD) SAFE system, highlighting the security protocols in place for the handling of sensitive materials. This document serves as a guideline for stakeholders looking to engage with the RFP by providing clear instructions for obtaining necessary technical information, underscoring the structured communication channels within federal operations.
    The Base Authorization and Visit Request (BAVR) Instructions outline the process for obtaining security badges required for access to a ship check related to the solicitation N4523A25R1052. Participants must visit the designated website, complete an online form with mandatory fields, and use a common point of contact email for all attendees. Chontay Woodruff is designated as the sponsor, and once the form is submitted, participants must notify specified contacts via email. The request will be routed to Reggie Deriso for further assistance, with Matthew Stubblefield available for any inquiries. This document is essential for ensuring that attendees can gain the necessary security clearances for their visit, showcasing the procedural requirements tied to federal RFP processes.
    The document outlines the procedure for requesting Contract Data Requirements Lists (CDRLs) and Data Item Descriptions (DIDs) related to the Navy solicitation N4523A25R1052 for TWR-7/8. To request these documents, interested parties must email the designated contacts, Kate Lauer and Chris Davidson, with a specific subject line. The responses will be sent via the Department of Defense Secure Access File Exchange (DoD SAFE). This request pertains to federal procurement processes, offering guidelines on how agencies and contractors can access important documentation related to government contracts. The tone is formal, consistent with government communications, emphasizing adherence to specific protocols to ensure the orderly management of contract requirements.
    The government document pertains to various federal and state RFPs (Requests for Proposals) and grants aimed at enhancing project funding transparency and practicality. It outlines procedures for submitting proposals, eligibility criteria for applicants, and instructions regarding federal and state compliance. The document emphasizes the importance of alignment with governmental priorities, including sustainability and community impact. Additionally, clear guidelines for documentation, deadlines, and evaluation criteria are presented to ensure a competitive process for acquiring financial support. The primary goal is to facilitate efficient resource allocation and promote accountability among agencies and fund recipients. This structure underscores the commitment to strategic funding initiatives that foster economic growth and public welfare through collaborative efforts at multiple government levels.
    The document outlines a government procurement solicitation for the maintenance, repair, and preservation of TWR-7 and TWR-8 at the Puget Sound Naval Shipyard. It specifies the submission guidelines for sealed bids, indicating a firm fixed price contracting arrangement. The solicitation details the required services, including multiple specific tasks outlined in the Statement of Work and various options for additional work. The document emphasizes compliance with numerous regulations, particularly regarding hazardous waste management and contractor safety, including necessary permits. Incorporated clauses cover payment arrangements, accountability for hazardous waste, and contract modifications for unforeseen issues. Significantly, it mandates that all workers, particularly non-U.S. citizens, adhere to security protocols when accessing naval vessels and facilities. The solicitation also details contractor responsibilities, including insurance requirements and guidance on records management for hazardous materials. This document establishes a comprehensive framework to ensure regulatory compliance and operational safety in carrying out the maintenance tasks, reflecting the government's commitment to stringent contract management in defense projects.
    The document is a compilation of federal and state RFPs (Requests for Proposals) and grants aimed at various programs and projects. It outlines key funding opportunities, eligibility criteria, and application processes for potential applicants. Emphasis is placed on initiatives that promote economic development, infrastructure improvement, and community health. The RFPs are structured to solicit proposals from creative and innovative entities that can address public needs effectively. Specific topics include environmental protection, public health initiatives, and educational program funding. Through these funding mechanisms, the government seeks to foster collaboration with local organizations, ensuring that programs meet community requirements while adhering to federal guidelines. This document reflects the government's commitment to facilitating access to financial assistance for projects that enhance societal well-being and economic resilience.
    The document outlines the Statement of Work (SOW) for the maintenance and repair of the vessel TWR-7, emphasizing high-quality workmanship in compliance with marine industry standards. Key sections include a detailed scope of work, covering vessel conditions, maintenance procedures, required documentation, and safety regulations. Major tasks involve docking, hull repairs, inspection of tanks, installation of new equipment, and environmental management of hazardous materials. The contractor must coordinate closely with the Government's On-Site Representative and provide facilities compliant with specified requirements. Progress meetings and thorough documentation, including inspection reports, corrective actions, and safety evaluations, are mandated throughout the project. The SOW specifies compliance with various regulations, quality control measures, and testing protocols to ensure performance standards are met, ensuring the vessel’s operational integrity and safety during and after the maintenance process.
    Lifecycle
    Similar Opportunities
    Maintenance, Repair, and Preservation of YT-800 ROH
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking a qualified contractor for the maintenance, repair, and preservation of the Harbor Tug, Manhattan (YT-800). The contract will involve comprehensive services including hull maintenance, inspections, and various system repairs, with the work to be conducted at the contractor's facility located within the defined Puget Sound region. This opportunity is critical for ensuring the operational readiness of the vessel, which is 60 years old and requires significant upkeep. Interested small businesses must be registered with the System for Award Management (SAM) and are encouraged to contact Alice Robertson or Christopher Davidson for further details, with the vessel availability scheduled from June 2, 2025, to September 26, 2025.
    Administrative, Warehouse, Industrial, and Laydown Space Puget Sound Naval Shipyard & Intermediate Maintenance Facility, WASHINGTON Naval Sea Systems Command (NAVSEASYSCOM)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is seeking offers for the lease of administrative, warehouse, industrial, and laydown spaces at the Puget Sound Naval Shipyard & Intermediate Maintenance Facility in Bremerton, Washington. This procurement is part of the Shipyard Infrastructure Optimization Plan (SIOP), aimed at modernizing facilities to enhance fleet maintenance and operational efficiency during critical infrastructure upgrades. The solicitation follows a two-phase process, with Phase 1 focused on gathering information about available spaces, and interested offerors must submit basic details regarding their properties by February 21, 2025. For inquiries, potential bidders can contact Zachary Schuhart at zachary.t.schuhart2.civ@us.navy.mil or Jason Nanni at jason.t.nanni.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 IMF, is seeking sources for the maintenance, repair, and preservation of Bangor Caisson 1 Prime, a critical asset located in Washington. The procurement involves comprehensive docking services, including asset pickup and delivery, coating renewal, system inspections, and adherence to safety and environmental regulations, as outlined in the Statement of Work. This opportunity is vital for ensuring the operational readiness and compliance of naval assets with commercial marine standards. Interested parties can reach out to Jeff Jaeckel at jeff.a.jaeckel.civ@us.navy.mil or Christopher Davidson at christopher.t.davidson7.civ@us.navy.mil for further information.
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting upcoming service contract opportunities as of January 23, 2025. The procurement encompasses a range of engineering services, including Acoustic Trial and Range Sustainment, business and engineering support services, and information technology systems support, with a strong emphasis on participation from small businesses and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). These contracts are critical for maintaining operational capabilities across various locations, including Florida, Hawaii, and California, with expiration dates extending into the late 2020s. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information regarding the opportunities and participation details.
    Bldg 1051 Repair Cracks and Floor Coating
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport, is soliciting proposals for the repair of cracks and the application of a new epoxy floor coating at Building 1051 in Keyport, Washington. The project entails grinding the existing flooring, patching concrete cracks, and applying the new coating, with an estimated contract value between $100,000 and $250,000. This procurement is a total small business set-aside, emphasizing the importance of compliance with safety and environmental regulations throughout the project. Interested contractors must submit their proposals by the specified deadline and ensure they are registered in the System for Award Management (SAM). For inquiries, contact Michelle Farrales at michelle.a.farrales.civ@us.navy.mil or James Wasson at james.k.wasson.civ@us.navy.mil.
    USNS WASHINGTON CHAMBERS
    Buyer not available
    The Department of Defense, through the Military Sealift Command in Norfolk, is issuing a sources sought notice for the USNS WASHINGTON CHAMBERS (T AKE 11), requiring a Regular Overhaul Dry Docking Availability scheduled from December 8, 2025, to March 9, 2026, at a West Coast contractor facility. Interested firms are invited to submit a capabilities package that demonstrates their experience and qualifications under NAICS Code 336611 for Ship Building and Repair, which has a size standard of 1,300 employees; inquiries regarding partnerships or joint ventures are also encouraged. This procurement is crucial for maintaining the operational readiness of the vessel, with potential tasks including cargo repairs, maintenance, and installation services, although the detailed work scope is still being finalized. Responses are due by February 26, 2025, at 11:00 a.m. EST, and interested parties can reach out to Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil for further information.
    WASTEWATER STORAGE TANKS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime - Puget Sound, is seeking proposals for the acquisition of two wastewater storage tanks, specifically designated for the Puget Sound Naval Shipyard in Bremerton, Washington. This procurement is set aside for small businesses, including service-disabled veteran-owned and women-owned enterprises, and requires the submission of engineering drawings, certifications, and compliance with cybersecurity measures. The tanks are critical for waste management and environmental compliance within military operations, ensuring operational readiness and adherence to federal regulations. Proposals are due by March 4, 2025, and interested parties should contact Jack Edwards at jack.edwards@dla.mil or call 360-813-9577 for further details.
    Dry-Dock: USCG STA BELLINGHAM (45688) FY25 UPDD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Dry-Dock services at Station Bellingham for fiscal year 2025 under the solicitation titled "Dry-Dock: USCG STA BELLINGHAM (45688) FY25 UPDD." The procurement aims to secure a contractor capable of performing essential ship repair and maintenance services, including inspections, welding, and alterations, to ensure the operational readiness of Coast Guard vessels. This opportunity is particularly significant as it emphasizes the engagement of small businesses through a Total Small Business Set-Aside, promoting competition and compliance with federal procurement standards. Interested contractors should direct inquiries to Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil, with proposals due by the specified deadline outlined in the solicitation documents.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
    J--Boat Preventative Maintenance and Repair
    Buyer not available
    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.