USS LEWIS B. PULLER (ESB-3) FY25 Voyage Repair
ID: N6817125R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLC SIGONELLA NAPLES OFFICEFPO, AE, 09622-0050, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)
Timeline
    Description

    The Department of Defense, through the Department of the Navy, is soliciting proposals for the FY25 Voyage Repair Availability (VRA) of the USS Lewis B. Puller (ESB-3) at a contractor's facility in Taranto, Italy. The procurement involves comprehensive maintenance and repair services, including management, procurement, production, and quality assurance, as specified by the Military Sealift Command and Forward Deployed Regional Maintenance Center. This contract is crucial for ensuring the operational readiness of naval vessels, with a focus on adhering to strict quality standards and regulatory compliance throughout the repair process. Interested contractors must submit their proposals by February 11, 2025, and can direct inquiries to Gary Eaton at gary.a.eaton6.civ@us.navy.mil or Yarinee Tafur at yarinee.tafur.civ@us.navy.mil.

    Files
    Title
    Posted
    The NAVSUP Fleet Logistics Center Sigonella (FLCSI) Naples Detachment has issued a Pre-Solicitation Notice concerning the upcoming procurement for FY-25 Voyage Repair of the USS LEWIS B. PULLER (ESB-3), scheduled to take place between 27 February and 13 March 2025, in Taranto, Italy. This notice serves as a market research tool rather than a Request for Proposal, clarifying that the government is not obligated to award a contract based on this announcement. Interested contractors may review the draft work specification package provided and are encouraged to submit questions or feedback via email by the deadline of 10:00 AM, CEST, on 18 December 2024. The expected contract type is Firm Fixed Price (FFP), utilizing FAR 15 policies. This Pre-Solicitation Notice aligns with FAR 5.203(a) regulations, indicating that responses will not be compensated and become government property. The Northern American Industry Classification System (NAICS) Code relevant to this requirement is 336611, focusing on Ship Building and Repair.
    The document is an attachment within a Request for Proposal (RFP) related to the USS Lewis B. Puller’s FY25 voyage repair availability pricing. It outlines various labor, subcontracting, material, and general & administrative (G&A) costs across multiple work items categorized under Management Support Command (MSC) and Fleet Readiness Center Mid-Atlantic (FDRMC). The pricing worksheet includes details for tasks such as safety procedure requirements, equipment repairs, and maintenance activities—all quantified by labor hours and estimated material costs. Key items include several service tasks, preservation activities, and repairs for ship components. The proposal also mentions additional growth requirements with estimated hours and material expenses totaling $38,360. The document emphasizes the detailed breakdown of costs, travel logistics for personnel involved, and various line item totals, ensuring transparency and facilitating evaluation as part of the bidding process. Overall, this summary reflects the comprehensive nature of RFP submissions, aiming to provide a clear structure for reviewing potential contractors' offers for upcoming government contracts in ship repair services.
    The document outlines a series of standard items and operational requirements for maintenance work on the USS Lewis B Puller (ESB 3). Key tasks include environmental compliance, quality management, hazardous substance control, maintenance of shipboard systems, and repair of various components including ladders, doors, and insulation. Specific items are identified by numbers and include installation, inspection, repair, and control measures for numerous ship features. Each work item stresses adherence to applicable standards and regulations, with a focus on safety, efficiency, and operational readiness. The document signals the government's commitment to maintaining fleet readiness through detailed specifications for contractors to follow, ensuring compliance with federal regulations such as ITAR. Overall, it serves as a guideline for execution and management of maintenance tasks essential to supporting naval operations while protecting health and environmental standards.
    The document serves as a pricing worksheet for the USS Lewis B Puller's FY25 voyage repair availability, detailing labor, subcontracting, materials, and general expenses associated with various work items. It includes separate pricing categories for different types of work, such as general requirements, technical support, and specific repair tasks like replacing brackets and ladders, along with preservation efforts for various components on the vessel. The data reflects estimated hours and costs, including additional growth requirements calculated on labor and material expenses. Each work item lists the anticipated labor hours required but does not specify exact unit prices for many items, indicating that costs may be determined later. The overall evaluation price incorporates necessary travel expenses, including airfare, lodging, and per diem, though specific financial figures remain unlisted. Overall, the document outlines a structured approach to repair logistics and budgeting within the context of government contracting and grant funding for military asset maintenance. This reflects a commitment to maintaining the operational readiness of naval assets while adhering to federal procurement guidelines.
    The MSC Corrective Maintenance Engineering Report outlines requirements for the maintenance and repair of the USS Lewis B. Puller (ESB 3) under Contract No. AWP-XXXXX. It specifies general services, technical criteria, testing protocols, and electrical safety measures that contractors must follow. The report includes a detailed work item index, categorizing tasks from general scope and definitions to specific auxiliary machinery needs. Key requirements include labor provision, compliance with regulatory standards, and strict quality assurance measures, emphasizing the contractor's responsibility for equipment preservation and meeting all technical specifications, including those from the U.S. Coast Guard and the American Bureau of Shipping. Safety protocols, including hazard management and the use of qualified personnel, are mandated throughout the process. Overall, this document serves as a vital framework for ensuring effective ship maintenance and compliance with established safety and operational standards, reflecting the government's commitment to maintaining its naval vessels appropriately through structured oversight and detailed contractual obligations.
    The document outlines a comprehensive set of requirements for maintenance and repair work on the USS Lewis B Puller (ESB 3). It details various tasks categorized into standard items, focusing on areas such as environmental compliance, quality management, safety protocols, and specific maintenance actions related to ship infrastructure. Each item identifies work scope, location, quantity, and relevant references, providing clear instructions for execution, visual inspections, and required tests. Key activities include the management of hazardous materials, fire protection protocols, documentation procedures, structural repairs, and installation of security mechanisms, all aligned with regulatory standards like ITAR. The emphasis is on maintaining the ship's integrity, safety compliance, and optimizing operations through thorough inspections and timely maintenance activities. This structured approach ensures effective management of critical repair tasks, reflecting the government’s commitment to maintaining naval assets' operational capabilities and compliance with safety and environmental regulations.
    This document is a list of available government-furnished materials (GFM) under the Request for Proposals (RFP) framework, identified by SSP #: BAHR-004-25, dated December 17, 2024. It details various items, including paint, gasket materials, valves, and more, categorized by unit of issue, name, part numbers, and required specifications. The entries specify origination dates for each item, suggesting a scheduled procurement timeline. Key products include Amercoat paints (various colors and specifications), non-skid deck coverings, and essential components like valves and door strike plates. Each entry is organized methodically, displaying critical references such as Stock Numbers and Request Paragraph Numbers, indicating compliance with military specifications. The document serves as a resource for vendors to understand government procurement needs while adhering to established quality standards. It plays a significant role in facilitating the acquisition process for federal and state-level projects by presenting essential material specifications needed for compliance and efficient execution.
    The document outlines a Use and Non-Disclosure Agreement (NDA) related to obtaining technical data for the USS Lewis B Puller FY25 Voyage Repair Availability. The Recipient, an authorized representative of a company, seeks access to restricted data for proposal support pertaining to the pre-solicitation N6817125R0003. Key obligations for the Recipient include using the data solely for intended purposes, maintaining strict confidentiality, and implementing security measures to prevent unauthorized disclosure. The Agreement also specifies that the data is accepted "as is" without government warranty, and the Recipient must indemnify the government against misuse claims. In case of non-selection, all recipients must destroy the data and provide a destruction statement. The Agreement is effective until the recipient is notified of non-selection, with obligations continuing post-termination. This document emphasizes the importance of data protection and compliance with U.S. laws in government contracting processes.
    The document outlines the required documentation for review by the FDRMC Code 130 Quality Assurance, primarily concerning welding and brazing procedures, nondestructive testing (NDT), and qualification of inspectors. It specifies various standards and guidelines, such as NAVSEA and S9074, for producing and approving weld and brazer procedures, along with qualifications for welders and brazers. Additionally, it mandates NDT inspector certification and procedures, emphasizing the need for documented practices and qualifications to ensure compliance. A comprehensive list of qualified inspectors, including gas-free inspectors, must also be provided, detailing their specific testing qualifications. This set of requirements underscores the importance of quality management compliance in federal and local procurement processes, aiming to ensure safety and reliability in engineering and construction projects. The document serves as a critical reference for bidders and stakeholders involved in government contracts.
    The USS Lewis B Puller FY25 Voyage Repair document outlines the Foreign National Access Control Plan as part of the contractor compliance for federal projects. It delineates a series of requirements that contractors and their employees must meet to gain access to Navy vessels and facilities. Key points include the necessity for an identification badge display, rigorous accountability for badges, compliance with entry controls, and adherence to security protocols such as operational security (OPSEC) and anti-terrorism measures. The document stipulates that contractors must manage employee background checks, retain responsibility for subcontractor actions, and ensure all personnel stay with assigned escorts while on-site. It also emphasizes the process for obtaining approval for foreign nationals, requiring detailed employee data submissions. Strict procedures are enforced, as failure to comply with the Access Control Plan may result in contract termination or denial of access for foreign nationals. The governing authority reserves rights of contract cancellation if deemed necessary. Overall, this document underscores the importance of security and compliance in federally funded initiatives, ensuring that all personnel engaged abide by the outlined measures to protect national interests.
    The USS Lewis B. Puller FY25 Voyage Repair document outlines the regulations surrounding foreign national access to naval vessels during construction, overhaul, or repair work. Access is prohibited for foreign nationals unless approved by the Contracting Officer Representative (COR) due to national security interests. Contractors intending to employ foreign nationals must submit an Access Control Plan (ACP) detailing identification systems and procedures for employee screening, including citizenship verification and security risk assessments. The ACP must also facilitate the tracking of foreign nationals' employment data and compliance by subcontractors. If foreign nationals are not intended for the contract work, arrangements must be made to restrict their access to pertinent areas. Noncompliance with these requirements could result in the cancellation of access privileges and potential contract termination for default. The document stresses the importance of maintaining stringent control measures for safeguarding national interests while allowing necessary foreign involvement in defense-related activities.
    The document is a contractor performance information sheet for the USS Lewis B. Puller (ESB-3) FY25 vessel repair project, outlining requirements for past performance evaluations. Contractors must provide their DUNS/CAGE codes, references, contract numbers, and contract completion details, including whether CPARS (Contractor Performance Assessment Reporting System) evaluations were completed. Key elements requested include descriptions of work performed similar to the current solicitation, including ship systems, structural repairs, preservation efforts, and materials management. A critical analysis of the contract management process, including schedule adherence and any changes in workload during performance, is also necessary. The purpose of this document is to evaluate the capabilities and past performance of potential contractors for effective selection in accordance with federal procurement guidelines.
    The document outlines the specific work and requirements associated with the maintenance and repair of the USS Lewis B Puller (ESB 3). It comprises a standardized list of items detailing tasks to be accomplished, including criteria for environmental compliance, quality management, and various safety regulations. Key tasks include the replacement of brackets, ladders, doors, and insulation across multiple locations aboard the ship, adherence to inspection protocols, and requirements for visual inspections, operational tests, and maintenance of government-provided materials. The importance of compliance with the U.S. International Traffic in Arms Regulation (ITAR) is emphasized, noting that technical information within the document must not be disclosed without proper authorization. Furthermore, the document serves as a guideline for contractors and government officials to ensure that the necessary repairs are executed correctly and efficiently, reflecting the government's commitment to maintaining operational readiness and safety standards for naval vessels. Overall, it serves as a comprehensive framework for managing shipboard repairs and compliance in accordance with established regulations and standards.
    The document outlines the contractual requirements for the MSC Corrective Maintenance of the USS Lewis B. Puller (ESB 3). It includes a Work Item Index Report detailing various categories related to general services, technical specifications, and safety procedures necessary for effective maintenance operations. Key sections specify responsibilities for contractors, including compliance with MSC General Technical Requirements (GTRs), equipment provisions, quality assurance measures, and safety protocols for high voltage electrical systems. Contractors must provide all labor, materials, and equipment to fulfill the scope of work, ensuring to report any discrepancies or omissions in guidance documents to the Administrative Contracting Officer. A comprehensive quality assurance program is mandated, with detailed documentation about inspections, tests, regulatory compliance, and materials management. Safety guidelines, particularly regarding electrical systems, must also be rigorously followed by all personnel involved. The document serves as a foundational guide for maintaining ship operational standards, depicting a commitment to safety, regulatory compliance, and process integrity in government contracting scenarios.
    The government document pertains to a Request for Proposal (RFP) for maintenance and repair services of the USS Lewis B. Puller during its Fiscal Year 2025 Voyage Repair Availability (VRA) at the contractor's facility in Taranto, Italy. The key scope of work involves providing management, procurement, production, and quality assurance to fulfill required repairs as outlined in attached work specification packages from the Military Sealift Command (MSC) and Forward Deployed Regional Maintenance Center (FDRMC). The contract specifies a firm fixed price for defined base work categories, along with optional work items that the government may task as needed. The contractor must perform services between February 27, 2025, and March 13, 2025, ensuring compliance with specified quality standards and reporting any newly identified repair needs promptly. Furthermore, the document underscores the importance of anti-Mafia certifications for contractors and their compliance with security procedures regarding foreign nationals accessing naval vessels. Invoices for payment are mandated to be submitted electronically, adhering to specified procedural guidelines.
    The document is an amendment to a federal solicitation and contract modification, specifically altering the Period of Performance for the USS Lewis B. Puller Voyage Repair Availability (VRA) from the original dates of February 27, 2025 - March 13, 2025, to the new dates of March 17, 2025 - March 31, 2025. It details the scope of work, including management and maintenance tasks that encompass repairs and alterations as defined by the Military Sealift Command and Forward Deployed Regional Maintenance Center. The document specifies requirements for contractor actions, including submission of proposals for contract changes, detailed breakdowns of labor and materials, and compliance with quality control standards. Additionally, it outlines the management of additional repairs discovered during performance, foreign national access regulations, and the Government's rights regarding modificatory actions and descoping requirements. This amendment underscores the procurement processes in federal contracting, ensuring timely performance and adherence to established guidelines while reflecting changes in the contract's timeline and scope.
    This document is an amendment to a federal government contract related to the FY-25 Voyage Repair Availability (VRA) for the USS Lewis B. Puller. The primary purpose is to modify the period of performance, extending it from March 17-31, 2025, to April 9-23, 2025. It outlines the scope of work, which includes maintenance and repair tasks specified by the Military Sealift Command (MSC) and the Forward Deployed Regional Maintenance Center (FDRMC). The contractor is responsible for managing resources necessary to accomplish repairs, planning and scheduling material procurement, and adhering to strict quality control measures. The document details the classification of work items into three categories: base work items, optional work items, and non-priced items. Additionally, it describes procedures for managing additional repairs discovered during contract performance and requires the contractor to submit Condition Found Reports. The amendment also emphasizes compliance with security protocols regarding foreign national access to naval vessels and establishes labor rates and burden percentages for potential growth work. Overall, the amendment ensures compliance and effective management of the contract for the upcoming repair and maintenance tasks.
    This document is an amendment to a federal solicitation aimed at providing responses to inquiries from potential offerors regarding specific work items and their requirements within the project referenced by contract ID N6817125R0003. The amendment includes a section summarizing questions and answers related to work specifications, clarifying obligations regarding removal of old materials, surface preparation standards, and the physical conditions under which repairs must be conducted. It emphasizes that various tasks require comprehensive measures rather than partial approaches and outlines necessary details for material specifications and dimensions. Additionally, it updates several appendices that adjust pricing worksheets and add documentation related to the acquisition process. Overall, this amendment ensures clarity and compliance among contractors engaging in the specified procurement actions, maintaining all previously agreed terms and expanding upon them to foster a clear understanding of project requirements.
    This document is an amendment of a government solicitation, specifically extending the proposal due date from February 3, 2025, to February 11, 2025, and the deadline for questions from January 20, 2025, to February 6, 2025. The amendment reiterates that all other terms remain unchanged and outlines submission guidelines for proposals including requirements for pricing, technical capability, past performance, and responsibility narratives. Offerors must submit proposals via email, delineated into specified volumes: Technical Proposal, Past Performance, and Price. Specific formatting and content requirements are indicated for these submissions, including that all documents must be in English. Additionally, the proposal narrative must address the Offeror’s ability to mobilize personnel and resources to Taranto, Italy, confirming readiness to meet delivery dates. The document stresses compliance with various requirements and deadlines, emphasizing the responsibility of Offerors to ensure completeness and clarity in their submissions. The main purpose is to guide potential contractors in properly responding to the solicitation while addressing specific administrative changes that affect proposal submission timelines.
    The document is an amendment to a solicitation related to a contract for conducting Voyage Repair Availability (VRA) for the USS Lewis B. Puller. Key changes include extending deadlines for proposal submissions, questions, and references. The contractor is tasked with managing repairs and maintenance at their facility in Taranto, Italy, following specified work packages from the Military Sealift Command (MSC) and Forward Deployed Regional Maintenance Center (FDRMC). Detailed descriptions outline the scope of work, which includes repair management, material procurement, quality assurance, and compliance with specific standards. Additionally, it sets forth requirements for submission of proposals, including technical capability, pricing details, and past performance references, emphasizing the importance of adhering to deadlines and submission protocols. The document also elaborates on the management of additional government requirements regarding labor costs and mandatory control measures, detailing the processing of contract change order requests. Overall, this amendment facilitates the ongoing logistical and operational framework needed for successful completion of the vessel's maintenance while ensuring compliance with government contracting standards and regulations.
    The document outlines a Request for Proposal (RFP) for repair and maintenance services for the USS Lewis B. Puller during its Fiscal Year 2025 Voyage Repair Availability, scheduled from April 9 to April 23, 2025, at a contractor's facility in Taranto, Italy. It includes various work categories: Base Work Items with firm pricing, Optional Work Items for potential additional repairs, and Non-Price Sensitive items. The contractor is tasked with utilizing quality control measures and managing resources to execute the required repairs in accordance with military specifications. Additional Government Requirements are specified, including a cap on absorbed labor hours. The RFP emphasizes strict compliance with U.S. government regulations, including Anti-Mafia screening for contractors operating in Italy. There are specific guidelines for invoicing and contract administration, including the use of electronic submission methods. The document also incorporates numerous clauses related to contract modifications, inspections, payments, and security protocols for foreign nationals. This RFP is pivotal for maintaining the operational readiness of naval vessels while adhering to regulatory frameworks and ensuring safety and compliance during the repair process.
    Lifecycle
    Similar Opportunities
    USNS SHIP VOYAGE REPAIR
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Sigonella Naples Office, is soliciting proposals for the USNS Ship Voyage Repair, scheduled for April 2-16, 2025, in Limassol, Cyprus. The procurement requires contractors to provide detailed quotes that include technical capability documentation and pricing for various repair and maintenance tasks, including hull and structural work, electrical systems, and auxiliary machinery. This opportunity is critical for maintaining the operational readiness of navy vessels, ensuring compliance with federal procurement protocols, and addressing technical deficiencies that impact fleet efficiency. Interested vendors must submit their quotes by February 18, 2025, and direct inquiries to Nicole Barnhart at nicole.e.barnhart.civ@us.navy.mil or Maria Di Lieto at Maria.Dilieto.it@eu.navy.mil.
    Programmed Repairs to the US Army Logistics Support Vessel (LSV) 7 - AMENDMENT 0009 (UPDATED 10 Feb 2025)
    Buyer not available
    The Department of Defense, through the Army Contracting Command, is soliciting proposals for programmed repairs to the U.S. Army Logistics Support Vessel (LSV) 7, with an emphasis on comprehensive maintenance and modernization services. The procurement includes essential tasks such as drydocking, painting, and various repairs, aimed at ensuring the vessel's operational readiness while minimizing disruptions. This initiative is critical for maintaining naval assets and adhering to federal regulations and safety protocols. Interested contractors must submit their proposals by the specified deadlines, with a total estimated project cost of $169,000, and can direct inquiries to Brandon LaBonty at brandon.a.labonty.civ@army.mil.
    USNS WASHINGTON CHAMBERS
    Buyer not available
    The Department of Defense, through the Military Sealift Command in Norfolk, is issuing a sources sought notice for the USNS WASHINGTON CHAMBERS (T AKE 11), requiring a Regular Overhaul Dry Docking Availability scheduled from December 8, 2025, to March 9, 2026, at a West Coast contractor facility. Interested firms are invited to submit a capabilities package that demonstrates their experience and qualifications under NAICS Code 336611 for Ship Building and Repair, which has a size standard of 1,300 employees; inquiries regarding partnerships or joint ventures are also encouraged. This procurement is crucial for maintaining the operational readiness of the vessel, with potential tasks including cargo repairs, maintenance, and installation services, although the detailed work scope is still being finalized. Responses are due by February 26, 2025, at 11:00 a.m. EST, and interested parties can reach out to Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil for further information.
    Voyage Repair USS Ship
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Sigonella, is soliciting bids for maintenance and repair services on the USS Oscar Austin (DDG 79) at Souda Bay, Greece. The project includes critical tasks such as replacing the Main Reduction Gear Standby Lube Oil Pump 2B Shaft Coupling and insulation lagging in various machinery spaces, with a contract performance period from March 4 to March 14, 2025. This procurement is vital for ensuring the operational integrity and safety of naval vessels, adhering to stringent quality management and safety standards. Interested contractors must submit their quotes by February 18, 2025, and are encouraged to contact Bjorn T. Ostermann or Nicole Barnhart for further information regarding the solicitation.
    USS HOWARD DDG83 FY25 5C1 SRA Bundle 4 (YOKOSUKA, JAPAN)
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS Howard (DDG-83) as part of the FY25 5C1 SRA Bundle 4, located in Yokosuka, Japan. The procurement encompasses a range of services including inspection, preservation, and repair of various ship systems, with a focus on ensuring operational integrity and compliance with Navy standards. This initiative is critical for maintaining the vessel's readiness and safety, reflecting the Navy's commitment to systematic maintenance practices. Interested contractors must submit their proposals by February 14, 2025, and can direct inquiries to Kumi Matsumoto at kumi.matsumoto.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil.
    USS AMERICA (LHA 6) FY26 Docking Selected Restricted Availability (DSRA)
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the FY26 Docking Selected Restricted Availability (DSRA) of the USS AMERICA (LHA 6). This procurement requires a contractor capable of executing a comprehensive maintenance, modernization, and repair program, necessitating substantial facilities and human resources to manage multiple areas of ship maintenance. The contract is critical for ensuring the operational readiness of the vessel and is expected to be awarded to a single contractor by July 2025, with the DSRA commencing on November 20, 2025, and concluding in July 2027. Interested parties must register in the System for Award Management (SAM) and can request additional documents from the primary contact, James Thomas, at james.c.thomas118.civ@us.navy.mil, or the secondary contact, Brian Romano, at brian.c.romano.civ@us.navy.mil.
    USNS ROBERT E. PEARY FY25 MTA
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting bids for the mid-term availability of the USNS Robert E. Peary (T-AKE 5), scheduled from July 5, 2025, to August 27, 2025, at locations along the East and Gulf coasts of the United States. This procurement is specifically set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 336611, which pertains to Ship Building and Repairing. The services required are critical for maintaining the operational readiness of the vessel, ensuring it meets the Navy's standards for performance and safety. Interested parties should direct inquiries to Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or 757-341-6232, or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or 564-226-4879 for further details.
    USNS MCLEAN MTA FY25
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is issuing a Sources Sought Notice for potential contractors to express their capabilities for a Mid-Term Availability project involving the USNS MCLEAN (T AKE 12), scheduled to commence around September 24, 2025. The procurement aims to identify qualified shipyards capable of performing various maritime repair and maintenance tasks, including general ship services, potable water tank repairs, machinery inspections, and the installation of surveillance systems. This opportunity is crucial for ensuring the operational readiness of the USNS MCLEAN and supports the broader mission of the Navy's maritime operations. Interested firms must submit a capabilities package by February 25, 2025, detailing their business structure, facility location, and relevant experience, with inquiries directed to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.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.
    Warping Capstan 2 Repairs
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking qualified contractors for the repair of Warping Capstan 2 on the USS Dwight D. Eisenhower. The project involves the removal, overhaul, and reinstallation of a Rexnord Style 86,600 electric disc brake, with a strong emphasis on compliance with Federal Acquisition Regulations (FAR) and the provision of technical documentation to demonstrate capability. This procurement is crucial for maintaining the operational readiness of naval vessels, ensuring safety and efficiency in ship operations. Quotations are due by February 14, 2025, with the performance period scheduled from March 6, 2025, to August 30, 2025. Interested parties can contact Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil for further information.