Commercial Industrial Services (CIS) - Safety Nets - CVN Class Ship
ID: N5523625Q0087Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSOUTHWEST REGIONAL MAINT CENTERSAN DIEGO, CA, 92136-5205, USA

NAICS

Reupholstery and Furniture Repair (811420)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Southwest Regional Maintenance Center, is soliciting proposals for the provision and installation of nylon trunk safety nets for CVN-class ships, specifically focusing on safety compliance and operational readiness. The contract encompasses the fabrication, testing, and installation of these safety nets, which are critical for ensuring the safety of personnel aboard naval vessels, adhering to stringent standards such as NAVSEA Standard Items and OSHA regulations. Interested contractors must be aware of the total small business set-aside status and are required to manage timelines, conduct inspections, and ensure compliance with environmental regulations throughout the project. For inquiries, potential bidders can contact Edward Dean at edward.b.dean5.civ@us.navy.mil or Ricardo Barraza-Cobos at ricardo.barraza-cobos.civ@us.navy.mil, with the delivery timeline set from March 3, 2025, to April 11, 2025.

    Files
    Title
    Posted
    The document is a Request for Specification Clarification (RFS) from the Southwest Regional Maintenance Center (SWRMC) concerning the procurement of CIS safety nets for a CVN-class ship, referenced by solicitation number N5523625Q0087. The request was made to clarify specifications submitted by contractors. The main points include the identification of SWRMC Points of Contact, Edward Dean and Ricardo Barraza-Cobos, who are available for queries via the provided email addresses. The form includes sections for various reviews (technical, planner, supervisor, etc.) but has not been filled out in this instance, indicating that the query is still in the early stages of review. The purpose of this document is to facilitate communication between the SWRMC and contractors, aiming to ensure clarity and compliance with safety standards in naval operations. It reflects procedural aspects of government contracting, emphasizing the importance of precise specifications in the procurement process for military equipment and services.
    The document serves as an itemized pricing sheet for a federal contract regarding the provision and installation of nylon trunk safety nets for a CVN class ship in Navy Region Southwest. The pricing sheet lists various nets categorized by shaft alleys (1A to 4C), alongside their respective identification numbers (RP05-140 series) and the quantity required for each (all set to one each). Key components include both the manufacturing of safety nets with specified numbers of hooks and the labor and materials required for their installation and weight testing, ensuring compliance with safety regulations. The delivery timeline is outlined, starting on March 3, 2025, and concluding on April 11, 2025. Additionally, the document emphasizes the need for engineered weight tests for safety verification. This sheet provides crucial budgetary and procedural details for fulfilling governmental safety requirements in a naval context.
    The government file outlines a Statement of Work (SOW) for the fabrication, testing, and installation of nylon safety nets on a Nimitz Class aircraft carrier. The contract aims to provide necessary labor, services, and materials for these critical safety components. It mandates adherence to various standards, regulations, and safety protocols including NAVSEA Standard Items and OSHA requirements. The contractor is responsible for securing permits, conducting health and safety precautions, and ensuring compliance with federal, state, and local laws regarding environmental protection and hazardous waste management. Key responsibilities include managing timelines, coordinating with relevant ship personnel, submitting reports on discrepancies, and ensuring proper disposal of waste materials. The document emphasizes that the contractor must conduct inspections, provide necessary equipment, and follow detailed procedures for installation while maintaining high standards of workmanship. It also specifies communication and reporting protocols for project updates. This contract demonstrates the government’s effort to maintain safety standards on naval vessels, ensuring that all work aligns with regulatory compliance and operational readiness.
    Lifecycle
    Similar Opportunities
    NSWCCD Wire Rope Assemblies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals from qualified small businesses for the procurement of wire rope assemblies. The solicitation outlines specific requirements for various wire rope assemblies, including detailed dimensions, construction types, material specifications, and performance standards such as breaking strength and structural integrity. These assemblies are critical for ensuring safety and reliability in naval operations, emphasizing the importance of compliance with stringent quality and inspection criteria. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Michael S. Brodie at michael.s.brodie7.civ@us.navy.mil or by phone at 757-600-8579.
    49--NRP,CHERRY PICKER A
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the procurement of new manufacture spare parts, identified as the "49--NRP, CHERRY PICKER A." This contract requires the delivery of critical materials essential for a shipboard system that supports the launch and recovery of aircraft, emphasizing the importance of compliance with stringent quality assurance and inspection standards. Interested vendors must submit their proposals, which will be evaluated based on lead time, price, past performance, and capacity, by 2:00 PM EST on the specified closing date. For further inquiries, potential bidders can contact Brian T. Kent at 215-697-0000 or via email at BRIAN.T.KENT.CIV@US.NAVY.MIL.
    Security Craft (TWR6) Ship Yard Work
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking proposals for the "Security Craft (TWR6) Ship Yard Work," which involves labor, materials, and equipment for the drydocking and repair of the 87 Foot Torpedo Weapons Retriever (TWR6). The primary objective is to perform extensive maintenance and repairs to ensure the vessel can effectively support naval research, including tasks such as hull maintenance, deck refurbishment, and inspections of critical systems. This procurement is a total small business set-aside, with proposals due by February 20, 2025, and an anticipated delivery date of 45 days post-award at the performance location in Washington, DC. Interested vendors should contact Michael Broomfield at michael.h.broomfield.civ@us.navy.mil or by phone at 202-875-9785 for further details and to ensure compliance with the solicitation requirements.
    NUT,STEM,RETAINING
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of Nut, Stem, Retaining, which is critical for shipboard systems. The contract requires compliance with stringent quality assurance and certification standards due to the high stakes involved, as the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of life. Interested vendors must adhere to a detailed delivery schedule, with final material delivery expected within 365 days, and are encouraged to submit their proposals early, as incremental deliveries are acceptable at no additional cost. For inquiries, potential bidders can contact Francine A. Pomells at 717-605-3354 or via email at francine.a.pommells.civ@us.navy.mil.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a qualified contractor for the maintenance, repair, and preservation of two Naval vessels, TWR-7 and TWR-8, at the Puget Sound Naval Shipyard in Bremerton, Washington. The project involves a comprehensive scope of work including modernization tasks such as hull cleaning, installation of new components, and thorough inspections, with the expectation that the contractor's facility can accommodate both vessels. This procurement is significant for ensuring the operational readiness and longevity of critical naval assets, with a total small business set-aside under NAICS code 336611. Interested contractors should prepare for a request for proposals anticipated to be posted in January/February 2025, with contract awards expected in April 2025. For further inquiries, interested parties may contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    USNS NEWPORT MATTRESSES
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking quotes from small businesses for the procurement of inner spring mattresses, as outlined in solicitation number N3220525Q2168. The requirement includes various sizes of mattresses that must comply with specific fire safety codes, with the procurement aimed at establishing a firm-fixed price purchase order. These mattresses are essential for use on naval vessels, ensuring the comfort and safety of personnel. Interested vendors must submit their quotations via email by February 20, 2025, detailing pricing and delivery timelines, and can contact Colin Edick at colin.j.edick.civ@us.navy.mil for further information.
    J069 - SWSC Hatch Install
    Buyer not available
    The Department of Defense, through the Naval Supply Logistics Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors for the installation of hatches at the Cold Iron Trainer of the Surface Warfare Engineering School Command in Great Lakes, Illinois. The procurement involves a firm fixed price contract that is 100% set aside for small businesses, focusing on the replacement and installation of hatches while ensuring compliance with safety standards, including OSHA and NAVOSH protocols. This initiative is critical for maintaining a safe and functional training environment, as it addresses deficiencies in existing hatch structures and aims to enhance overall operational safety. Interested parties are encouraged to submit their quotes and supporting documentation to Tierra Watson at tierra.k.watson.civ@us.navy.mil by the specified closing date, with further details available in the enclosed solicitation documents.
    MATERIALS REQUESTED ARE ESSENTIAL FOR PROPER FUNCTIONALITY OF THE 11M RHIB DAVIT USS BOXER
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is seeking procurement of essential materials for the proper functionality of the 11M RHIB Davit aboard the USS Boxer. This solicitation includes various supplies, such as roller lever limit switches and Modbus/Ethernet gateways, which are critical for the operational readiness of the vessel. The contract is categorized as a Firm Fixed Price Supply type, emphasizing the importance of small business participation in the procurement process. Interested suppliers must submit their quotations by 1:00 PM on February 13, 2025, and can contact Leliza G. Sarino at leliza.g.sarino2.civ@us.navy.mil or by phone at 619-556-7742 for further details.
    Commercial Industrial Services (CIS) Non-Skid Deck Covering Services Follow-On MAC-IDIQ
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking proposals for Commercial Industrial Services (CIS) Non-Skid Deck Covering Services as part of a follow-on multiple award indefinite delivery/indefinite quantity (IDIQ) contract. The objective is to provide labor, services, equipment, and materials for the removal and installation of nonskid deck covering systems on U.S. Navy ships within a 50-mile radius of San Diego, California. This procurement is critical for maintaining the operational readiness and safety of naval vessels, ensuring compliance with the latest specifications and standards. Interested small businesses must contact Alisha Bloor at alisha.r.bloor.civ@us.navy.mil or Cindy Wong at cindy.p.wong2.civ@us.navy.mil to receive notifications regarding the Request for Proposal (RFP) posting, with the contract evaluation based on past performance, technical capability, and price.
    DYNAMIC STREGNTH TEST - CATAPULT #4 AIR FLASK
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for a Dynamic Strength Test on a 70 cubic foot air flask designated for Catapult 4. This procurement is specifically set aside for small business concerns and requires vendors to adhere to detailed project specifications, including developing process control procedures, performing tests according to established references, and providing certified test reports. The successful contractor will play a crucial role in ensuring safety and efficiency in military operations, with a defined period of performance from April 1 to June 1, 2025. Interested vendors must submit their quotes in two sections—technical specifications and pricing—by following the guidelines outlined in the solicitation, and can contact Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or 757-967-4014 for further information.