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
    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
    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.
    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.
    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
    ANCHOR BUOY CHAIN REPAIR
    Currently viewing
    Presolicitation
    Similar Opportunities
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    Justification and Approval - N4523A23C0561
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the repair, maintenance, and modernization of the USS SAMPSON (DDG 102) as part of its Fiscal Year 2023 Selected Restricted Availability. This opportunity involves a contract awarded under the Justification and Approval process, focusing on non-nuclear ship repair services at the Puget Sound Naval Shipyard in Everett, Washington. The successful contractor will play a crucial role in ensuring the operational readiness and longevity of naval assets. Interested parties can reach out to Charles Smith at charles.r.smith1021.civ@us.navy.mil or by phone at 360-633-9342, or contact Cheri Richards at cheri.r.richards.civ@us.navy.mil or 425-304-5522 for further details.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project aims to dredge the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This dredging is critical for ensuring safe navigation in an area known for significant hazards due to shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work expected to commence in summer 2026. For further details, including submission instructions, please contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    20--BUOY,MOORING
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of three mooring buoys (NSN 2050016810554) to be delivered to the Naval Special Warfare Group 8 within 20 days after order placement. This solicitation is part of a total small business set-aside, emphasizing the importance of supporting small enterprises in fulfilling defense-related contracts. The procurement is critical for maritime operations, ensuring that the necessary equipment is available for naval activities. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.
    FY26 Willapa Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Seattle District, is preparing to solicit bids for the FY26 Willapa Harbor Maintenance Dredging project in Washington. This project involves the mechanical dredging of approximately 180,000 cubic yards of sediment from three federal navigation features in Willapa Bay, with work expected to commence in July 2026 and conclude by February 15, 2027. The dredged material will be disposed of at designated open-water locations, and contractors should be aware of the challenging marine conditions and potential risks associated with the project. Interested parties can reach out to Geraldine L. Kemp or Kimberly M. Robinson for further inquiries, and the estimated contract value ranges between $5 million and $10 million. Contractors must be registered in the System for Award Management (SAM) prior to contract award.
    DRY CARGO TUGCON
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking information from qualified vendors regarding the procurement of a Dry Cargo Tugcon for an open-ocean tow mission. The objective is to identify a U.S. flag, ocean-going certified tug capable of towing a YRBM-32 Berthing Barge from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA, between January 5-23, 2026, with specific requirements including a minimum tow speed of six knots and internet and satellite phone capabilities. This opportunity is critical for ensuring the effective transportation of military assets and requires interested parties to submit detailed information, including a lump-sum price and transit plan, by November 18, 2025. For further inquiries, vendors may contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    20--ANCHOR,MARINE,FLUKE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 11 units of the Marine Fluke Anchor (NSN 2040012480379). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this hardware manufacturing opportunity, which falls under the category of ship and marine equipment. The successful vendor will be required to deliver the anchors to the General Depot of Naval Supplies within five days after the order is placed. Interested parties must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be provided.
    WORK BOAT MEDIUM-1 (WBM-1) PROPELLER AND SHAFT SEAL REPLACEMENT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Work Boat Medium-1 (WBM-1) Propeller and Shaft Seal Replacement project, scheduled for February 1 to February 28, 2026, at Yokosuka Naval Base, Japan. This contract involves the replacement of the port and starboard propellers and the port shaft seal on the WBM-1 work boat, which is critical for supporting Commander, Fleet Activities Yokosuka's port operations. Contractors must adhere to strict safety and engineering standards, providing all necessary labor and materials while ensuring compliance with occupational health and security requirements. Interested firms must submit their proposals by December 22, 2025, and can request access to detailed work specifications via email by December 16, 2025. For further inquiries, contact Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    L019 - Safe Haven lay/docking services.
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.