Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for Outsourcing Work from Chief of Naval Operations (CNO) Availabilities on Fast Attack Submarines
ID: N0002425R4321Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Ship Building and Repairing (336611)

PSC

COMBAT SHIPS AND LANDING VESSELS (1905)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
    Description

    The Department of Defense, through the Department of the Navy, is issuing a solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) aimed at outsourcing work from the Chief of Naval Operations (CNO) for availabilities on Fast Attack Submarines. This procurement seeks qualified contractors to provide shipbuilding and repair services, specifically focusing on combat ships and landing vessels, under the NAICS code 336611. The contract is particularly significant as it supports the operational readiness and maintenance of critical naval assets. Interested parties, especially small businesses, are encouraged to reach out to Angel Jaeger at angel.jaeger.civ@us.navy.mil or call 202-826-7081 for further details regarding the partial small business set-aside and submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a QUESTION/COMMENT SUBMITTAL FORM related to the DRAFT SOLICITATION N00024-25-R-4321. Its main purpose is to provide a structured format for stakeholders to seek clarification or provide comments about specific content within the associated solicitation. The form includes fields for the date of submission, reference to the source document, content needing clarification, and a section for the government to respond. Users are encouraged to specify whether the information is proprietary and to articulate their questions or recommendations succinctly. The format is designed to facilitate communication between the government and potential respondents, ensuring clarity and understanding of the solicitation requirements, which is crucial for the effective execution of government RFP processes. Overall, it aims to streamline inquiries regarding the solicitation to enhance the bidding process.
    The document outlines the Statement of Work (SOW) for a contract supporting the U.S. Navy's In-Service Attack Submarines Program Office. It emphasizes providing management, engineering, technical support, and labor to maintain optimal submarine readiness. The contract encompasses non-nuclear submarine maintenance tasks, including structural repairs, component testing, electrical services, and component repairs. Specific requirements will be detailed in delivery orders, categorized into critical and non-critical tasks. Additionally, it details applicable regulations, quality assurance processes, compliance with safety and environmental standards, and the provision of trained personnel. The contractor is responsible for maintaining effective communication with naval authorities and utilizing Navy supply systems for materials. Security measures, including personnel clearances, are mandatory due to the sensitive nature of the work. The contract promotes small business subcontracting and mandates a series of reports, including Condition Found Reports and status updates, to monitor project progress and address any issues encountered during operations. Overall, the document provides a comprehensive framework to ensure efficient and compliant maintenance practices for U.S. Navy submarines.
    The document outlines a Request for Proposals (RFP) for a multiple-award contract to support the In-Service Attack Submarines Program Office in enhancing submarine operational readiness. The contract encompasses non-nuclear repair, maintenance, and technical support for fast attack submarines at four naval shipyards. Work is classified into two categories: Lot 1 (Critical) for other-than-small businesses and Lot 2 (Non-Critical) reserved for small businesses. Proposals will be evaluated based on technical capability, past performance, and small business participation. Offerors must demonstrate their proposed work methods, personnel qualifications, and management capabilities while adhering to specific proposal formats and submission guidelines. Proposals must be submitted electronically, comply with page limits, and include a signed cover letter. Additionally, small business goals are emphasized, with an overall participation goal of 28%. The evaluation method prioritizes proposals deemed "acceptable" in all factors, with no cost consideration during the IDIQ award; pricing will be evaluated during individual delivery orders. The RFP highlights the Government's commitment to securing qualified contractors capable of fulfilling the outlined submarine support requirements while promoting small business involvement.
    Similar Opportunities
    J019 - SMALL CRAFT MAINTENANCE AND UPGRADE SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is seeking qualified small businesses to provide maintenance and upgrade support services for small craft. The procurement aims to ensure the operational readiness and enhancement of small vessels, which are critical for various naval operations. This opportunity is set aside for small businesses under the SBA guidelines, with a focus on the shipbuilding and repairing industry, as indicated by the NAICS code 336611. Interested parties should contact Stephanie Lent or Joseph Caltagirone at the provided email addresses or phone numbers for further details regarding the presolicitation notice.
    USNS ROBERT E. PEARY FY25 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Military Sealift Command in Norfolk, is soliciting proposals for the USNS Robert E. Peary FY25 Maintenance and Repair contract. This opportunity is set aside for small businesses and focuses on shipbuilding and repairing services, particularly in non-nuclear ship repair. The successful contractor will play a crucial role in maintaining the operational readiness of naval vessels, which is vital for national defense. Interested parties can reach out to Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or 757-341-6232, or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or 564-226-4879 for further details.
    Repair of Shaft, Submarine - Qty: 1 with option for 1
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the repair of a submarine shaft, with a quantity of one and an option for an additional unit. This procurement aims to ensure the operational readiness and reliability of naval vessels by addressing critical maintenance needs in ship propulsion components. The opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and interested parties can reach out to Kathryn Shutt at kathryn.e.shutt.civ@us.navy.mil or Hannah Forsyth at hannah.forsyth@navy.mil for further details. The presolicitation notice indicates that the contract will be awarded following the evaluation of proposals, although specific funding amounts and deadlines have not been disclosed.
    CMAV AEGIS ASHORE
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP FLC Sigonella Naples Office, is soliciting proposals for the CMAV AEGIS ASHORE project, which involves shipbuilding and repair services. The procurement aims to address specific needs related to non-nuclear ship repair, ensuring operational readiness and maintenance of naval vessels. This opportunity is critical for sustaining the Navy's capabilities and enhancing maritime security. Interested contractors can reach out to Juan C. Tapia at 00390815686408 Ext: 0405 or via email at juan.c.tapia5.civ@us.navy.mil for further details regarding the solicitation process.
    USNS LARAMIE (T-AO 203) FY 2025 Mid-Term Availability (MTA) Amendment 0003
    Buyer not available
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is soliciting proposals for the USNS LARAMIE (T-AO 203) FY 2025 Mid-Term Availability (MTA) Amendment 0003. This procurement focuses on shipbuilding and repairing services, specifically under the NAICS code 336611, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The services sought are critical for maintaining the operational readiness and functionality of non-nuclear ships, ensuring they meet the necessary standards for naval operations. Interested vendors can reach out to Bryan Makuch at bryan.makuch@navy.mil or call 564-226-1259 for further details regarding the solicitation process.
    Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
    Buyer not available
    The Department of the Navy is issuing a pre-solicitation notice for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large-scale general construction projects within the Washington D.C., Maryland, and Virginia areas. This contract will utilize a firm-fixed-price model and encompass a variety of construction activities, including demolition, repair, and renovation of facilities, with a total funding ceiling of $8 billion over an eight-year period. The solicitation promotes full and open competition, requiring large business offerors to submit a small business subcontracting plan, and the anticipated issuance of the Request for Proposals (RFP) is expected around March 2025. Interested parties should contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or 202-716-5845 for further information and must be registered in the System for Award Management (SAM) to participate.
    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.
    J998 - USS SHIP ROH
    Buyer not available
    The Department of Defense, through the Department of the Navy, is preparing to solicit bids for the repair and maintenance of USS ships under the presolicitation notice titled 'J998 - USS SHIP ROH'. This procurement focuses on non-nuclear ship repair services, which are critical for maintaining the operational readiness and safety of naval vessels. The contract will be managed by the NAVSUP FLC Sigonella Naples Office, and interested contractors are encouraged to reach out to the primary contacts, including Nicole Barnhart at nicole.e.barnhart.civ@us.navy.mil, for further details. Specific deadlines and funding amounts have not been disclosed in the overview.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    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 vessels at the Puget Sound Naval Shipyard. The procurement aims to ensure high-quality workmanship in accordance with marine industry standards, encompassing tasks such as docking, hull repairs, structural inspections, and system overhauls. This opportunity is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to stringent contract management in defense projects. Interested small businesses must submit their proposals by following the guidelines outlined in the solicitation, with inquiries directed to Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    Brand Name Mercury Marine engines, components and installation services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is seeking procurement for brand name Mercury Marine engines, components, and installation services. This contract aims to acquire essential marine equipment and services that are critical for naval operations and vessel maintenance. The procurement falls under the NAICS code 336612, which pertains to boat building, and is categorized under the PSC code 20 for ship and marine equipment. Interested vendors can reach out to Contract Specialist Zachary T. Pilkington at zachary.t.pilkington.civ@us.navy.mil or call 209-761-7179 for further details regarding the solicitation process.