ANCHOR BUOY CHAIN REPAIR
ID: N0040625Q0170Type: Presolicitation
Overview

Buyer

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Jan 30, 2025, 4:00 PM UTC
Description

The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking contractors to provide anchor buoy chain repair services for the Manchester Fuel Depot in Port Orchard, Washington. The project involves urgent repairs to two anchor mooring buoys, requiring the contractor to supply a qualified dive team and necessary equipment to replace chains and hardware, ensuring safe operations for fueling vessels. This critical maintenance operation must be completed within 60 days of contract award, with proposals due by January 31, 2025, and all interested parties must be registered in the System for Awards Management (SAM) to participate. For inquiries, potential offerors can contact Tia L. Ozols at tia.l.ozols.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Jan 29, 2025, 9:05 PM UTC
The document serves as an amendment to a solicitation (N0040625Q0170) issued by the Navy, extending the deadline for proposal submissions from January 30, 2025, to January 31, 2025. It incorporates new wage determination information and applicable clauses in accordance with the Service Contract Act. The amendment outlines specific wage rates for various occupations based on the U.S. Department of Labor's regulations, indicating minimum pay requirements for contractors. The updated wage structure includes health and welfare benefits and paid vacation policies. The document emphasizes compliance with multiple Federal Acquisition Regulation (FAR) clauses that enforce labor standards and protections for workers. Importantly, it reflects the government’s commitment to fair labor practices and the necessary conditions for contract execution, highlighting provisions for contractor accountability and employee rights. This amendment is part of a broader initiative to ensure transparency and equitable compensation within federal contracting processes.
Jan 29, 2025, 9:05 PM UTC
The document outlines a federal solicitation (N0040625Q0170) for buoy anchor chain repair services to support the Fleet Logistics Center (FLC) Puget Sound. It specifies a firm, fixed-price contract with an offer deadline of January 30, 2025. Offerors must submit their proposals fully completed and may inquire about the solicitation up to one day before the deadline. This procurement prioritizes small businesses, including those owned by service-disabled veterans and women. The contract's terms emphasize that pricing will not adjust for inflation or COVID-19-related costs, placing financial risk on the contractor. Award decisions will focus on price, but past performance may influence final selections. Key stipulations include full compliance with various FAR clauses and a requirement for SAM registration to receive government awards. Additionally, the document outlines security and background check requirements for contractor personnel accessing government sites, as mandated by federal guidelines. The solicitation also discusses the AbilityOne Program for contractor support and stipulates that sensitive information must be handled according to government security standards. Overall, the document serves as a comprehensive requirement for potential contractors to respond to government needs in a structured, regulated manner.
Jan 29, 2025, 9:05 PM UTC
The Naval Base Kitsap Manchester Fuel Department (MFD) is requesting urgent repairs for two anchor mooring buoys to ensure the safe operations of fueling vessels. The Statement of Work (SOW) outlines a detailed scope for replacing chains and hardware on the East and West Buoys, which are currently detached. The contractor is responsible for providing a qualified dive team and equipment for this underwater work, including the installation of new anchor chains and the reattachment of buoys, along with deliverables such as a diver video and a brief report on the work completed. The government will supply the buoys post-repair, while the contractor must furnish all labor, tools, and materials required. The project must be completed within 60 days of contract award, with necessary scheduling notifications provided 72 hours in advance. All personnel requiring base access must adhere to strict identification protocols as MFD is a restricted military area. The SOW lays out expectations for workmanship, safety compliance, material standards, and waste management, emphasizing the need for adherence to federal, state, and local regulations. This document serves as a formal request for contractors to engage in a critical maintenance operation to maintain operational safety at the fuel pier.
Lifecycle
Title
Type
Solicitation
ANCHOR BUOY CHAIN REPAIR
Currently viewing
Presolicitation
Similar Opportunities
J--REPAIR WORK ON VESSEL IN SEATTLE, WASHINGTON
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting bids for repair work on the hydrographic survey vessel S3006, located in Seattle, Washington. The procurement involves a total small business set-aside for seventeen defined repair tasks, including the replacement of power systems, engines, electrical panels, navigation and safety equipment, insulation, and the fuel system, all of which must be completed within 60 days of contract award. This vessel is crucial for the operational readiness of NOAA's Navigation Response Team, which conducts hydrographic survey operations in the Pacific Northwest. Interested contractors must submit their quotes by April 16, 2025, and are encouraged to schedule site visits by contacting the designated NOAA representatives. For further inquiries, Michelle Walton can be reached at MICHELLE.WALTON@NOAA.GOV or by phone at 757-605-7411.
AC Plant Valves
Buyer not available
The Department of Defense, through the Naval Supply Fleet Logistics Center (NAVSUP FLC) Puget Sound, is seeking proposals for the procurement of six suction relief valves under RFQ no. N0040625QS024. This opportunity involves a firm fixed price (FFP) contract utilizing Simplified Acquisition Procedures, with the intention of awarding the contract without discussions based on the best value to the government, considering price and technical acceptability. The valves are critical for non-nuclear ship repair operations, and the delivery timeframe is set from April 4, 2025, to September 30, 2025. Interested vendors must submit their quotes by April 3, 2025, at 12:00 PM EST, and can direct inquiries to Amanda Cordell at amanda.j.cordell.civ@us.navy.mil.
60' Dive Support Boat
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot Dive Support Boat intended for underwater maintenance, repair, and cleaning operations for the U.S. Navy. The contract is a HUBZone set-aside, emphasizing the need for compliance with specific technical specifications, including operational capabilities, safety standards, and environmental resilience, as outlined in the detailed Request for Quote (RFQ) and associated documents. This specialized vessel is crucial for supporting Navy divers in various missions, ensuring operational readiness and effectiveness in naval operations. Interested contractors must submit their quotations electronically by April 4, 2025, and can direct inquiries to Robert Soto at robert.soto76.civ@us.navy.mil or Julian Garibay at julian.p.garibay.civ@us.navy.mil.
N4425525R1506, P273 Bulk Fuel Storage Hydrant System, Naval Air Station Whidbey Island, WA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest, is soliciting proposals for the P273 Bulk Fuel Storage Hydrant System project at Naval Air Station Whidbey Island, Washington. This procurement involves a design-bid-build approach to upgrade the fuel system, with an estimated contract value between $25 million and $100 million, and will be awarded based on the Lowest Price Technically Acceptable (LPTA) process. The project is crucial for enhancing the operational capabilities of the fuel supply facilities at NASWI, ensuring efficient and reliable fuel storage and distribution. Interested contractors must register on the Procurement Integrated Enterprise Environment (PIEE) website and are encouraged to check for amendments on SAM.gov, with proposals due within 730 days of contract award. For inquiries, contact Kathleen Maurer at kathleen.b.maurer.civ@us.navy.mil or Jodus Hortin at jodus.d.hortin.civ@us.navy.mil.
DRYDOCK: USCG OSPREY DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential contractors for drydock repairs of the USCGC OSPREY (WPB-87307), which is home ported in Port Townsend, WA. The project involves extensive work on hull plating, propulsion systems, deck preservation, and maintenance tasks on various components, with an anticipated duration of 64 days from November 18, 2025, to January 20, 2026. This sources sought notice aims to assess market capabilities and gather insights for future procurement, emphasizing the importance of ensuring that the necessary services can be effectively acquired. Interested companies should submit their qualifications, including business size and relevant past performance, to Christiana Rolack at christiana.a.rolack@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, and are advised to register in the System for Award Management (SAM).
DOOR MARINE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Maritime Puget Sound, is seeking qualified small businesses to provide marine doors under solicitation number SPMYM2-25-Q-1306. The procurement involves a firm fixed-price supply contract for two types of marine doors, with specific delivery and security requirements, including compliance with the Defense Biometric Identification System (DBIDS) for contractors accessing Navy installations. This acquisition is critical for maintaining operational readiness and safety within naval operations. Interested vendors must submit their completed quotes by April 11, 2025, and can contact Denise M. Quist at Denise.Quist@dla.mil or by phone at 360-476-6075 for further information.
6,000 POUND FORKLIFTS AND SERVICE
Buyer not available
Presolicitation notice from the Department of Defense (DLA Maritime Puget Sound) is seeking to procure 6,000 pound diesel forklifts for maintenance operations at the Puget Sound Naval Shipyard & IMF in Bremerton, WA. The procurement will be conducted on an unrestricted basis using commercial item procedures. The contract will be a firm fixed price (FFP) type commercial purchase order. Interested offerors must download the RFQ from http://fedbizops.gov/ and email their offers to the buyer. It is important to monitor the website for any amendments to the solicitation. All interested firms must complete the entire solicitation document, provide technical specification documentation and compliance certifications, and ensure current registration in the SAM system at https://www.sam.gov/portal/public/sam. Any questions should be emailed to Susan.Peterson@dla.mil.
USNS MATTHEW PERRY LAY BERTH AND SHIP REPAIR
Buyer not available
The Department of Defense, through the Department of the Navy's MSC Norfolk office, is seeking proposals for the lay berth and mid-term availability of the USNS MATTHEW PERRY (T-AKE 9). The contract requires the selected contractor to prepare for and accomplish specified ship repair tasks at their facility on the West Coast, with an anticipated performance period from October 1, 2025, to September 30, 2026. This procurement is crucial for maintaining the operational readiness of the vessel, which plays a significant role in national security operations. Interested parties can access the solicitation, expected to be released around April 2, 2025, by completing a Non-Disclosure Agreement to obtain necessary technical data. For inquiries, contact Damian Finke at damian.w.finke.civ@us.navy.mil or James Parker at james.l.parker2.civ@us.navy.mil.
USCGC NAUSHON DIVERS FOR SHAFT SEAL REPAIR
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide diving support for the shaft seal repair of the USCGC Naushon in Ketchikan, Alaska. The procurement involves a diving crew to perform essential tasks over a three-day period from April 21 to April 25, 2025, including temporarily plugging the stern tubes to facilitate the replacement of failed shaft seals, with direct communication maintained between divers and engine room technicians. This contract is critical for maintaining the operational integrity of the vessel, ensuring compliance with industry standards and safety protocols. Interested vendors must submit their firm fixed price quotations by April 11, 2025, and can contact Timothy Ford at timothy.s.ford@uscg.mil or Stacy Spalding at stacy.j.spalding@uscg.mil for further inquiries.
Fuel Dock Services at Port Tampa, FL
Buyer not available
The Defense Logistics Agency (DLA) Energy is seeking qualified businesses to provide fuel dock services at Port Tampa, Florida, specifically to discharge Government-owned products from vessels and transfer them to a Government-owned pipeline at MacDill Air Force Base. The procurement aims to identify capable contractors who can meet the operational requirements established by a multi-party agreement governing the Port Tampa ship canal, ensuring compliance with the Atlantic Land and Improvement Company Terminal Tariff Number One. A firm fixed-price contract is anticipated, with a four-year base period and a five-year option, along with a potential six-month extension. Interested parties must respond to the Sources Sought Notice by April 8, 2025, at 1500 hours Local Time, with submissions directed to bidcustodian@dla.mil and copied to Orin Smith at orin.smith@dla.mil.