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: Presolicitation
AwardedDec 12, 2024
Award #:N0002425R4321
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 soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) aimed at outsourcing work from the Chief of Naval Operations (CNO) for the maintenance and modernization of fast attack submarines. This contract will support the Navy's four public shipyards by encompassing a range of production and engineering services, including preservation, structural testing, electrical services, and component repair, with work performed under delivery orders over a five-year base period and three additional option years. The procurement is categorized into two tiers: Critical (Lot 1) requirements, which involve critical systems and necessitate specialized contractor capabilities, and Non-Critical (Lot 2) requirements, which are set aside for small businesses and involve less complex systems. Interested contractors can reach out to Angel Jaeger at angel.jaeger.civ@us.navy.mil or Jennifer Kramer at jennifer.l.kramer26.civ@us.navy.mil for further details.

    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
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    Ceiling Increase for the Indefinite-Delivery Indefinite-Quantity Multiple Award Contracts Awarded Under Solicitation N00024-17-R-4325
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is issuing a justification for a ceiling increase related to the Indefinite-Delivery Indefinite-Quantity Multiple Award Contracts (IDIQ-MACs) awarded under Solicitation N00024-17-R-4325. This procurement aims to facilitate sole source contract modifications that will increase the contract ceiling and extend the ordering period for non-nuclear ship repair services. These modifications are crucial for maintaining operational readiness and ensuring continued support for naval operations. Interested parties can reach out to Danielle P. Fennelly at danielle.p.fennelly.civ@us.navy.mil or call 202-836-7927 for further details regarding this opportunity.
    Messing & Berthing Barges IDIQ: Justification for an Excemption to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract related to Messing and Berthing Barges. The procurement involves a range of services including cleaning and sanitizing, testing and inspections, replacing permanent filters, habitability repairs, decking repairs, and extensive interior preservation covering 215,000 square feet. These services are crucial for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Warren D. Howell at warren.d.howell@navy.mil or call 757-771-5058 for further details regarding this opportunity.
    Y--IDIQ SB MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS FACILITIES AT PUBLIC WORKS DEPARTMENT (PWD) ANNAPOLIS, PAX RIVER, SOUTH POTOMAC AND ROICC ANDREWS NAVFAC WASHINGTON AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for new construction, repair, and renovation of various facilities at the Public Works Department (PWD) locations, including Annapolis, Pax River, South Potomac, and ROICC Andrews. The procurement involves providing comprehensive services such as repairs, renovations, new construction, and alterations to shore facilities and utilities, with work potentially extending to any NAVFAC location within the Continental United States. This contract is crucial for maintaining and enhancing the operational capabilities of government facilities, ensuring they meet current standards and requirements. Interested contractors can reach out to Frank G. Decker at frank.g.decker.civ@us.navy.mil or Tre'von Taylor at trevon.r.taylor2.civ@us.navy.mil for further information.
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM ATLANTIC), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, alteration, and repair projects primarily at the Portsmouth Naval Shipyard (PNSY) in Kittery, Maine, and the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia. The contract encompasses a range of general, industrial, and waterfront construction projects, with an estimated construction magnitude between $1,000,000 and $50,000,000. This procurement is critical for supporting the Strategic Integrated Operations Plan (SIOP) and ensuring the operational readiness of naval facilities. Interested firms must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with all inquiries directed to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749. The solicitation ID has been updated to N62470-26-R-0012, and all proposals must adhere to the outlined requirements and deadlines specified in the attached documents.
    Aircraft Carrier Readiness Support
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking contractors for the Aircraft Carrier Readiness Support contract, aimed at enhancing the operational readiness of U.S. Navy aircraft carriers. This procurement involves providing professional engineering assistance, including technical expertise, logistics coordination, and quality assurance, to support the maintenance and modernization of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. The contract is crucial for ensuring that these vessels are mission-capable and ready for deployment, aligning with the Navy's operational requirements. Interested parties should note that the solicitation is expected to be available around February 1, 2026, with a total contract period anticipated from August 1, 2026, to July 30, 2031. For inquiries, contact Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or call 757-443-1219.
    USS FORREST SHERMAN FY22 EM01 J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the emergent repair of the USS FORREST SHERMAN, with the work to be performed at the Mid Atlantic Regional Maintenance Center in Norfolk, Virginia. This procurement involves non-nuclear ship repair services, which are critical for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Lyn E. Sylfest at lyn.sylfest@navy.mil or by phone at 757-434-0891 for further details regarding the contract. The opportunity is categorized under PSC code J998, indicating its focus on ship repair services.
    FY26 USNS KANAWHA MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement involves the revision and cancellation of specific work instructions, with an emphasis on updating technical details and extending the final proposal submission deadline to December 17, 2025, at 3:00 PM EST. The contract is categorized under the Ship Building and Repairing industry, highlighting its significance in maintaining naval vessels. Interested small businesses are encouraged to reach out to Susan Bryant at susan.b.bryant.civ@us.navy.mil or call 757-777-4648 for further information regarding this total small business set-aside opportunity.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.