ContractCombined Synopsis/Solicitation

TSVRON Fire Detection System Services

DEPT OF DEFENSE N0018926QL115
Response Deadline
May 11, 2026
3 days left
Days Remaining
3
Until deadline
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

NAVSUP Fleet Logistics Center Norfolk, on behalf of the Department of the Navy, is seeking a firm-fixed-price contract for TSVRON fire detection system services to support fire detection system design and replacement work for Navy vessels. The scope includes vessel-wide engineering and technical services, shipchecks across all decks, voids, and compartments, and development of F-size NAVSEA drawings in AutoCAD, along with related drawings, diagrams, wiring information, and a bill of materials for the Consilium system. The work is to be performed at Joint Expeditionary Base Little Creek/Fort Story, Pier 11, over a 120-day period of performance, and evaluation is based on technical approach and price, with technical factors more important than price; personnel must meet security and CAC/background investigation requirements. Quotes are due by May 11, 2026 at 4:00 PM, and vendors are expected to submit a capability statement in beta.SAM.gov and maintain active SAM registration for award and performance.

Classification Codes

NAICS Code
561990
All Other Support Services
PSC Code
J012
MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT

Solicitation Documents

14 Files
Solicitation - N0018926QL115.pdf
PDF1840 KBMay 8, 2026
AI Summary
This government solicitation, N0018926QL115, is a Request for Quote (RFQ) for Women-Owned Small Businesses (WOSB) to provide TSV Fire Detection System Design, including engineering, drawings, materials, and installation for TSV Hunter, Prevail, and Narragansett, on a Firm Fixed Price basis. The solicitation includes various FAR and DFARS clauses, with deviations, covering topics such as small business programs, item unique identification, electronic payment instructions via Wide Area WorkFlow (WAWF), and contractor personnel requirements. Key dates include an award/effective date of May 1, 2026, an offer due date of May 11, 2026, and a performance period from June 1, 2026, to September 27, 2026. Quotes will be evaluated on a technical approach (acceptable/unacceptable) and price, with the non-price factor being more important.
Attachment 1- PWS.pdf
PDF492 KBMay 6, 2026
AI Summary
This Performance Work Statement outlines the requirements for designing and fabricating vessel-wide fire detection systems for the TSV1 PREVAIL, TSV3 HUNTER, and TSV4 NARRAGANSETT. The project's objective is to deliver comprehensive, integrated fire detection system designs and drawings, adhering to NAVSEA and ABS standards. The scope of work includes engineering and technical services to survey the vessels, develop F-size NAVSEA system drawings in AutoCAD, and create a complete material list. Key deliverables include system diagrams with electrical schematics, device placement, and bills of materials, ensuring 100% vessel coverage and integration with existing fire suppression systems. The contractor must provide all necessary materials not specified as government-furnished. The work is to be completed within 120 days of award, with contractor personnel requiring Department of Defense Common Access Cards (CAC) and undergoing background investigations for facility and IT system access.
Attachment 2- QASP.pdf
PDF421 KBMay 8, 2026
AI Summary
This Quality Assurance Surveillance Plan (QASP) outlines the government's approach to ensuring contractor performance in performance-based service contracts. It details methods for quality assurance, including surveillance, monitoring, and inspections, to verify that contractors meet contract standards and that the government only pays for acceptable services. The QASP identifies responsibilities for government personnel, such as the Contracting Officer, Contracting Officer's Representative (COR), and Technical Assistant, in overseeing contractor quality control efforts. Surveillance methods include customer feedback, random/scheduled monitoring, and checks upon workload completion. Contractor performance is analyzed monthly, with annual assessments influencing future contracts and potential corrective actions, such as Contract Discrepancy Reports, if standards are not met. The QASP Matrix outlines specific performance elements, surveillance methods, frequency, acceptable quality levels, and procedures for non-compliance, covering aspects like service provision, deliverables, qualified personnel, monthly reports, invoicing, and overall contract performance.
Attachment 3- CAP FFP.pdf
PDF119 KBMay 8, 2026
AI Summary
The Contract Administration Plan (CAP) for Fixed Price Contracts outlines the specific roles and responsibilities of key personnel in managing government contracts. The Procuring Contract Office (PCO) handles pre-award duties, contract term changes, and Freedom of Information inquiries. The Contract Administration Office (CAO) is responsible for matters specified in FAR 42.302 and DFARS 42.302, with exceptions. The paying office processes invoices after acceptance. The Contracting Officer's Representative (COR) serves as the primary technical interface with the contractor, monitors performance, reviews and approves invoices, develops statements of work for modifications, and manages administrative and security duties. The COR also prepares performance evaluations and assists with contract close-out. The Technical Assistant (TA), if appointed, provides routine administrative and monitoring support to the COR but lacks authority for technical direction.
Attachment 4- WD 2015-4341.pdf
PDF465 KBMay 8, 2026
AI Summary
The document appears to be a highly structured table of contents or index for a comprehensive government file, likely related to federal RFPs, grants, or state/local RFPs. It lists numerous sections with corresponding page numbers, covering a wide array of topics. The entries are largely alphanumeric codes followed by brief descriptive phrases, suggesting a detailed classification system for various aspects of government procurement, regulations, or project management. Given the context, this document serves as a navigational tool, indicating the breadth and depth of information contained within a larger set of files, making it easier to locate specific guidelines, requirements, or procedural details pertinent to government-related initiatives.
Attachment 5- 202-GA-106 Hunter General Arrangement.pdf
PDF289 KBMay 8, 2026
AI Summary
The document provides a detailed general arrangement and particulars of the N/S HUNTER vessel, built by Quality Shipbuilders Inc. in 1981 and converted to a TRV in 1991. Key specifications include dimensions of 179'-6" x 38' x 13', a summer draft of 10' 11", and a displacement of 619.79 LT. It has a fuel capacity of 68,290 gallons, powered by two Caterpillar D-399 engines (1090 hp/ea) and two 170 KW Caterpillar generators. The vessel's layout details berthing for 12 men, 4 men, and 2 men, along with the captain, chief mate, and engineer's quarters. It includes comprehensive tank plans for fuel oil, ballast, mud, potable water, and sewage, specifying capacities for each. The document also illustrates the main deck plan, showing the galley, mess, lounge, engine room, bow thruster room, and various storage areas, along with elevations for key components like the mast and house top. This detailed technical drawing serves as a critical reference for the vessel's structure, capacity, and operational layout, likely used for maintenance, modifications, or regulatory compliance within government maritime operations.
Attachment 6- 202-GA-102 Hunter General Arrangement rev B.pdf
PDF279 KBMay 8, 2026
AI Summary
The document provides a detailed general arrangement plan for the N/S HUNTER, a vessel built by Quality Shipbuilders Inc. in 1981 and converted to a TRV in 1991. The plans include various deck layouts such as the main deck, 01 level, and 02 level, detailing berthing arrangements for 12 men, a captain's quarters, chief mate's quarters, and an engineer's quarters. It also specifies the location of key areas like the galley, lounge, wheelhouse, engine room, and exhaust stacks. Particulars of the vessel include dimensions of 179'-6" x 38' x 13', a summer draft of 10' 11", displacement of 619.79 LT, and a fuel capacity of 68,290 gallons. Main power is provided by two Caterpillar D-399 engines (1090 hp/ea), with auxiliary power from two 170 KW Caterpillar Generators (3306). The document also lists the hull number (116), official number (642262), and ABS ID (8129612). Revisions noted include corrections to interior and deck socket layouts as of May 1, 2011. This comprehensive plan is typical for government RFPs related to maritime vessel specifications, modifications, or maintenance, providing essential information for operational planning or contractual bidding.
Attachment 7- 4842474_A NAR Book of General Arrangements.pdf
PDF23967 KBMay 8, 2026
AI Summary
The document is a
Attachment 8- 5988995.pdf
PDF219 KBMay 8, 2026
AI Summary
The document is a general arrangement plan for a T-AGOS 8-501-5568995 class military sealift command vessel, detailing the main deck and below grating level. It outlines the placement of various equipment and compartments, including tables, chairs, end tables, lamps, telescopic antennas, a secretary's office, a toaster, a range, and steam storage. The plan also specifies the location of vent ducts, fuel oil tanks, ballast tanks, and the main control station. Key areas such as the main deck, main control station, and below grating level are clearly marked. The document includes revisions, references, and applicable ship design types, emphasizing the detailed planning for the vessel's layout and functionality, likely for federal government procurement or related contracts.
Attachment 9- 5988996.pdf
PDF249 KBMay 8, 2026
AI Summary
The document is a technical drawing or blueprint, likely for a ship or marine vessel, detailing the general arrangement above the main deck. It includes various components and platforms such as an antenna, amplifier, winch/ship control station, pilot house top, upper deck, bridge deck, and focsle deck. The drawing references MILITARY SEALIFT COMMAND and provides specific codes and revision numbers. It appears to be a design or modification document, possibly related to an RFP for ship construction, repair, or upgrade, focusing on the layout and placement of equipment and structural elements on the upper sections of the vessel.
Attachment 10- QandA- TSV Fire Detection.pdf
PDF100 KBMay 8, 2026
AI Summary
The document
Solicitation Amendment N0018926QL1150002 SF 30.pdf
PDF572 KBMay 8, 2026
AI Summary
This amendment, N0018926QL1150002, extends the solicitation due date for an unspecified federal government request for proposal (RFP). The original deadline of May 11, 2026, at 11:00 AM, has been moved to May 11, 2026, at 4:00 PM. The document specifies methods for offerors to acknowledge receipt of the amendment, including completing items on the form, acknowledging on offer copies, or sending a separate letter or electronic communication. Failure to acknowledge the amendment by the specified time may result in the rejection of an offer. All other terms and conditions of the original solicitation remain unchanged.
Solicitation Amendment N0018926QL1150001 SF 30.pdf
PDF574 KBMay 8, 2026
AI Summary
This document is an amendment to Solicitation Number N0018926QL115, dated May 1, 2026, issued by NAVSUP FLT LOG CTR NORFOLK. The amendment, number 0001 with an effective date of May 6, 2026, updates the Performance Work Statement (PWS), revises the Addendum to FAR 52.252-2, and adds attachments 5-10. Key changes include modifications to the list of contract documents, exhibits, or attachments, specifically adding engineering drawings and a Q&A document. The evaluation criteria for contract award have been updated, emphasizing a Firm Fixed Price Contract based on the most advantageous quote to the Government. Evaluation will be based on Factor I – Technical Approach (Acceptable/Unacceptable) and Factor II – Price. The non-price factor is more important than price. The Government reserves the right to consider past performance and conduct a tradeoff if the lowest price quote does not represent the best value. All other terms and conditions of the original solicitation remain unchanged.
Attachment 1- TSVRON FIRE DETECTION SYS DESIGN PWS-Updated.pdf
PDF492 KBMay 8, 2026
AI Summary
This Performance Work Statement outlines the design and drawing fabrication for vessel-wide fire detection systems on the TSV1 PREVAIL, TSV3 HUNTER, and TSV4 NARRAGANSETT. The project requires comprehensive system designs, including shipchecks and integrated design drawings in F-SIZE-NAVSEA format, encompassing all compartments and decks. The scope of work includes engineering and technical services for surveying the vessels and developing detailed AutoCAD drawings with system diagrams, electrical schematics, device placement, wiring, and a Bill of Materials for the Consilium System. The design must ensure 100% vessel coverage and integrate with existing Halon and water-mist boundaries. Contractors must provide all necessary materials not furnished by the government. The work is to be completed within 120 days of award at Joint Expeditionary Base Little Creek/Fort Story, Pier 11. Additionally, the document details stringent security requirements for contractor personnel, including Common Access Card (CAC) eligibility, background investigations (NACLC/T3/T3R for Non-Critical Sensitive/IT-II positions, NACI/T1 for non-sensitive duties), and compliance with various DoD and Navy security policies for physical and IT system access.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 1, 2026
amendedAmendment #1May 6, 2026
amendedLatest AmendmentMay 8, 2026
deadlineResponse DeadlineMay 11, 2026
expiryArchive DateMay 26, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVSUP FLT LOG CTR NORFOLK

Point of Contact

Place of Performance

Norfolk, Virginia, UNITED STATES

Official Sources