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
Bldg. 221 - Replace lower float pier access panels
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the replacement of lower float pier access panels at Building 221. This project involves the removal and disposal of existing panels and the installation of new stainless steel access panels, with a focus on safety, quality compliance, and environmental responsibility. The contract is set aside exclusively for small businesses, with an estimated value between $25,000 and $100,000, and is anticipated to be awarded by June 18, 2025. Interested contractors must register in the System for Award Management (SAM) and submit inquiries to Michelle Farrales or James Wasson via email for further clarification on the solicitation requirements.
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.
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).
FURNACE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Maritime - Puget Sound, is seeking qualified vendors to supply a furnace under a total small business set-aside contract. The procurement aims to deliver a fixed-price supply contract for a furnace to the Puget Sound Naval Shipyard in Bremerton, Washington, utilizing commercial and simplified acquisition procedures as outlined in FAR Parts 12 and 13.5. This equipment is crucial for various operational needs within the naval facility, ensuring efficient and effective maintenance and repair capabilities. Interested vendors should prepare to submit their quotes electronically, with the solicitation expected to be available around April 9, 2025, and closing on April 12, 2025, at 10 AM Pacific Time. For inquiries, contact Kim Vo at kim.vo@dla.mil.
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.
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.
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.
Corrective and Preventative Maintenance work for PSNS Barge YR-95
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for corrective and preventative maintenance work on the PSNS Barge YR-95, with a performance period from June 3, 2025, to September 30, 2025. The procurement requires contractors to possess a Master Ship Repair Agreement (MSRA) and to manage both Government Furnished Material and Contractor Furnished Material while adhering to specified safety and operational standards. This maintenance work is crucial for ensuring the operational readiness of naval equipment, reflecting the government's commitment to maintaining high standards in military logistics and supply chain management. Interested contractors must submit their proposals by April 21, 2025, at 10:00 AM Japan Standard Time, and can request access to the detailed work specifications by contacting Sharon Arceo at sharon.arceo.ln@us.navy.mil.
N3904025Q1002 Barge Repair, Groton, CT.
Buyer not available
The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting bids for the repair and modernization of the C300 YFBN-41 Barge located in Groton, Connecticut. The project encompasses a range of repair services, including the modernization of the flooding system, installation of a fire alarm, replacement of a drinking fountain, and cleaning and preservation of the sewage tank and sump, all to be completed by June 30, 2025. This initiative is crucial for maintaining the operational readiness and safety of naval assets, adhering to strict federal safety and environmental standards. Interested small businesses must attend a mandatory site visit on March 12, 2025, and submit their RSVP by March 10, 2025, to Gary W. Murdock at gary.w.murdock.civ@us.navy.mil, with all inquiries due by March 17, 2025.