Shiplift System Repairs and Upgrades
ID: W912ER25R0027Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW31R ENDIS MIDDLE EASTWINCHESTER, VA, 22604-1450, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

TECHNICAL REPRESENTATIVE- SHIP AND MARINE EQUIPMENT (L020)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE) is conducting market research to identify potential sources for the procurement of materials and services necessary for the repairs and upgrades of the Royal Saudi Naval Forces (RSNF) shiplift system at the King Abdulaziz Naval Base (KANB). The selected contractor will be responsible for ensuring that the repairs result in a fully operational shiplift system, which may require acquiring additional materials beyond those specified in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the operational capabilities of the RSNF's maritime facilities. Interested parties are invited to submit a Capability Statement by 14:00 PM ET on February 15, 2025, to the Contracting Officer, Mr. Eric Caruso, and Contract Specialist, Ms. Diane deLathouder, via their respective email addresses.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Motor Vessel Transmissions Overhaul Bettendorf
    Buyer not available
    The United States Army Corps of Engineers (USACE) - Rock Island District is seeking to procure the overhaul of two Reintjes Marine Reduction Gear Transmissions for the Motor Vessel associated with the Mississippi River Project Office. This procurement will be conducted on a sole source basis with Karl Senner LLC, as only one source is deemed reasonably available for the required performance specifications. The selected contractor will be responsible for providing parts and labor for the major overhaul of the specified transmissions, which are critical for the operational efficiency of the vessel. Interested firms that believe they can meet the requirements are invited to submit a capability statement to the Contract Specialist, Carrie Holub, by December 10, 2025, at 2 PM Central Time. For further inquiries, Carrie Holub can be reached via email at carrie.l.holub@usace.army.mil or by phone at 309-794-5667.
    3389 LCHD-ESS Special Notice - Draft Specification
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design, construction, testing, and delivery of a new Large Class Hopper Dredge (LCHD-ESS) to replace the aging ESSAYONS. The procurement aims to develop a vessel with a 6,500 cubic yard capacity, diesel-electric power, and azimuthing thruster propulsion, which must meet stringent performance requirements for dredging in challenging conditions while adhering to various regulatory standards, including those from ABS and CARB. This dredge will primarily operate on the West Coast, with key operational locations including the Columbia River and San Francisco, and is essential for maintaining navigable waterways. Interested contractors should direct inquiries to Michael J. Hunter at michael.hunter@usace.army.mil or Domenic Sestito at Domenic.L.Sestito@usace.army.mil, with proposals due by the specified deadlines.
    ACV-R Crane Integration
    Buyer not available
    The Department of Defense, specifically the Marine Corps Systems Command, is seeking vendors capable of providing Service Cranes for the Amphibious Combat Vehicle-Recovery (ACV-R) under a Sources Sought Notice. The procurement involves the delivery of up to 36 PSC 14029 Service Cranes, which must meet specific lifting requirements, including a capacity of at least 2900 kg (6,400 lbs.) to a height of 16.1 ft, along with compatibility with existing ACV-R systems and remote operation capabilities. This initiative is crucial for enhancing the operational efficiency of the ACV-R platform, which is currently being produced by BAE Systems. Interested contractors are required to submit an executive summary detailing their capabilities by December 19, 2025, to the primary contact, Kendel Phillips, at kendel.phillips@usmc.mil, or the secondary contact, Benjamin Hunsberger, at benjamin.j.hunsberger@usmc.mil.
    Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) Availabilities Including Option Year Quantities
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Walashek Industrial and Marine, Inc. for the completion of up to seven Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) availabilities, including option year quantities. This Firm-Fixed Price contract will encompass necessary material and labor to address emergent issues identified during pre-overhaul tests and inspections, ensuring the crafts are returned to the Fleet in a fully mission-capable status. The LCACs are critical for amphibious operations, and this contract aims to extend their service life beyond previous modernization efforts. Interested parties may submit capability statements to Ryan Ksanznak at ryan.m.ksanznak.civ@us.navy.mil and Megan Johnson at megan.e.johnson90.civ@us.navy.mil within 15 days of this notice, although the government does not guarantee a response or reimbursement for submissions.
    USS NORMANDY STBD Shaft Repair URGENT
    Buyer not available
    The Department of Defense, through the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking technical services for the urgent repair of the starboard (STBD) shaft on the USS Normandy (CG-60). The primary objective of this procurement is to assist with the STBD shaft seal face change-out, which will take place at MARMC Building CEP-200 and onboard the USS Normandy during the specified repair period from April 18, 2023, to April 28, 2023. This service is critical for maintaining the operational readiness and safety of the naval vessel, ensuring that it meets performance standards. Interested contractors can reach out to Megan Wightman at megan.a.wightman.civ@us.navy.mil or Elizabeth Marston at elizabeth.a.marston.civ@us.navy.mil for further details regarding this opportunity.
    USNS LARAMIE ROH/DD FY 26
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS LARAMIE ROH/DD FY 26, focusing on shipbuilding and repair services. This procurement aims to address the maintenance and repair needs of the USNS LARAMIE, ensuring its operational readiness and longevity. The services sought are critical for maintaining the fleet's capabilities and supporting naval operations. Interested contractors can reach out to Caren Edanol at caren.l.edanol.civ@us.navy.mil or by phone at 757-341-6709 for further details regarding the solicitation process.
    USS ROBERT SMALLS (CG 62) FY26 6A1 BUNDLE 1
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS ROBERT SMALLS (CG 62) under the FY26 6A1 Bundle 1 contract. The procurement involves a firm fixed-price job order for various maintenance tasks, including the repair of the ship's sewage system and scaffolding installation, with a performance period from January 26, 2026, to March 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. This contract is critical for ensuring the operational readiness of naval vessels and requires offerors to possess an active Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for award. Interested contractors must submit their proposals by December 9, 2025, and can access detailed work specifications through a secure U.S. Government repository by requesting access via email. For further inquiries, contact Shouko Sekido at shouko.sekido.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    SADDLE WINCH REPAIR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources for the repair and delivery of a Saddle Winch for the USS Kearsarge. This opportunity is a Sources Sought notice aimed at identifying experienced contractors capable of fulfilling a Firm Fixed Price (FFP) contract, although it does not constitute a Request for Quote (RFQ) and does not obligate the Government in any way. The Saddle Winch is critical for operational capabilities aboard naval vessels, underscoring the importance of reliable and efficient equipment in maritime operations. Interested parties are encouraged to submit their expressions of interest, including company details and business size classifications, to Sara McGeein at sara.e.mcgeein.civ@us.navy.mil by 10:30 AM EST on December 9, 2025.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    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.
    Mechanical Unloading IDIQ
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.