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 Voyage Repair Availability (VRA) of the USS Lewis B. Puller (ESB-3) at a contractor's facility in Taranto, Italy, scheduled from April 30 to May 23, 2025. The procurement involves comprehensive repair and maintenance tasks as outlined by the Military Sealift Command (MSC) and the Forward Deployed Regional Maintenance Center (FDRMC), including management, procurement, production, and quality assurance to ensure the vessel's operational readiness. This contract is critical for maintaining the Navy's fleet capabilities and compliance with stringent quality and safety standards. Interested contractors must submit their proposals electronically by March 5, 2025, and can contact Gary Eaton at gary.a.eaton6.civ@us.navy.mil or Yarinee Tafur at yarinee.tafur.civ@us.navy.mil for further information.

    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 titled "Attachment J-1 (Pricing Worksheet): USS Lewis B Puller FY25 Voyage Repair Availability" outlines the pricing details related to repair availability for the USS Lewis B Puller. It includes various work item descriptions delineating labor, subcontract, material costs, and general and administrative expenses. The worksheet covers work items categorized under both MSC Base Work Items and FDRMC Base Work Items, detailing tasks required, such as repairs and replacements of various ship components. Notably, the document specifies values for work items, yet indicates many are not separately priced. It also includes estimates for additional growth requirements (AGR) based on anticipated labor hours and material expenses. The travel expenses section outlines associated costs but lists few specifics. Overall, this pricing worksheet serves as a financial framework for the upcoming repair work, essential for decision-makers in aligning budgets and ensuring compliance with government procurement standards, particularly within the context of U.S. Navy operations. The pricing analysis is vital for evaluating contractor proposals in response to a government Request for Proposals (RFP), emphasizing transparency and accountability in federal projects.
    The document is an attachment related to the Request for Proposal (RFP) N6817124R0016 concerning the pricing worksheet for the FY25 Voyage Repair Availability of the USS Lewis B Puller. It outlines various work items required, categorized by different work item numbers along with labor, subcontract, materials, and general and administrative (G&A) cost estimates. The pricing worksheet includes entries for both the Military Sealift Command (MSC) and the Fleet Readiness Center Mid-Atlantic (FDRMC) for necessary repairs and additional growth requirements, with projected labor hours and material expenses specified. For example, additional growth requirements are projected at 143 hours with an estimated value of $9,508.44 for MSC and 170 hours with an estimated $2,690.00 for the FDRMC. Notably, most labor costs remain unspecified, as the document appears not to provide definitive pricing or components for each line item. Overall, the document serves as a comprehensive pricing analysis for engaging contractors in the repair service process for the USS Lewis B Puller, critical for budget estimation and planning within federal maritime operations.
    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 outlines the requirements and standards for maintenance and repairs aboard the USS Lewis B Puller (ESB 3). It details a variety of tasks categorized under specific standard items, addressing aspects such as general criteria, environmental compliance, toxic and hazardous substances, and quality management. Each task specifies the actions to be accomplished, including inspections, maintenance, repairs, and documentation of outcomes for components like ladders, doors, insulation, and fire protection systems. Significant requirements include visual inspections, structural repairs, installation of new items, and adherence to safety regulations such as ITAR controls on technical data. The meticulous approach to maintenance emphasizes the need to uphold ship integrity and operational readiness while also ensuring compliance with environmental laws and quality measures. The document reflects the government's commitment to maintaining naval assets through well-established protocols and detailed operational guidelines.
    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 for the USS Lewis B. Puller outlines general services and requirements related to repair and maintenance work on the ship. The document is divided into specific sections that detail the scope, technical requirements, quality assurance measures, and safety procedures related to various work items. Key elements include the necessity for contractors to follow technical guidance, complete inspections and tests, and adhere to regulatory standards. Particular attention is given to the definitions of terms, such as "as-found," and "as-released," which clarify reporting conditions. The contractor is obligated to supply necessary labor and materials while ensuring that all work complies with applicable Government Technical Requirements (GTRs). Additionally, the report mandates the submission of documentation, such as test and inspection records, and emphasizes adherence to safety procedures, particularly regarding high-voltage systems. This comprehensive guide serves as an essential tool for contractors engaged in work on the USS Lewis B. Puller, delineating their responsibilities and the standards for quality and safety expected throughout the contract period. Overall, the report highlights the contractual obligations for both government and contractors in maintaining the ship's operational integrity and safety.
    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.
    The document outlines specifications and requirements pertaining to various maintenance and repair tasks necessary for the USS Lewis B. Puller (ESB 3). It includes standard items that must be accomplished, such as environmental compliance reporting, fire protection procedures, inspections, and the management of hazardous materials. Each task item is identified by a number, title, change date, and specific responsibilities, often related to safety, documentation, or equipment provisions. The document also details supplies necessary for tasks such as replacing valves, cleaning plumbing systems, maintaining equipment, and ensuring sanitary conditions in project team office spaces. Additionally, it emphasizes compliance with U.S. International Traffic in Arms Regulations (ITAR). The overarching goal is to ensure operational readiness and safety while adhering to adherence principles within military operational and environmental standards. This comprehensive approach to ship maintenance reflects government contracts’ focus on safety, compliance, and efficiency in federal and local initiatives.
    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 an amendment to a federal government solicitation regarding the maintenance and repair of the USS Lewis B. Puller. The primary purpose is to adjust the performance period from April 9-23, 2025, to April 30-May 23, 2025, and remove specific work item 512-00-001 from the specifications. The contract details the scope of repair work, including management, procurement, and quality assurance, conducted at the contractor's facility in Taranto, Italy. It specifies three categories of work items and outlines the processes for handling additional repairs discovered during contract performance. Additionally, the document establishes guidelines for respondent proposals, requiring submission through specific electronic channels by March 4, 2025, at 10 AM CET. The summary of the changes indicates a structured approach to government contracting, emphasizing compliance with regulations, maintaining quality standards, and the orderly administration of tasks and responsibilities throughout the contract’s duration. This amendment illustrates the government's ongoing commitment to effective project management and accountability in executing defense-related service contracts.
    The document is an amendment to a solicitation for a contract modification concerning repair work on the USS Lewis B. Puller, specifying updates to the requirements and terms. The key change involves the removal of the continuous seawater flow requirement in Section L of the solicitation. The contractor will prepare for Voyage Repair Availability (VRA) at their facility in Taranto, Italy, with a period of performance from April 30 to May 23, 2025. The scope includes various repair and maintenance tasks from both the Military Sealift Command (MSC) and Forward Deployed Regional Maintenance Center (FDRMC), organized into Category A (base work items) and B (optional work items). The contractor is tasked with managing procurement, production, quality assurance, and scheduling to align with contract standards. Additionally, there are procedures for handling additional work discovered during contract performance, which will involve the contracting officer's determination of whether it is growth or new work. The document outlines submission guidelines for proposals, emphasizing adherence to specified formats and timelines. It is crucial for contractors to comply with security regulations related to foreign personnel access to naval vessels. This amendment underscores the government’s commitment to efficient and compliant project execution while maintaining strict oversight and regulatory standards.
    This document serves as an amendment to a solicitation for proposals (RFP) for a contract modification involving the extension of the proposal submission deadline from March 4, 2025, to March 5, 2025, at 10:00 AM CET. It details the instructions, conditions, and notices pertinent to the submission of proposals, emphasizing compliance with the RFP, language requirements, and electronic submission guidelines. Offerors are required to submit various components including a technical capability proposal, pricing proposal, past performance records, and evidence of resources for mobilization to Italy. The document stresses the importance of clarity, correctness, and adherence to proposal instructions to ensure evaluation eligibility. It also outlines rules on documentation, such as the necessity for all submissions to be in English with no pricing included in certain proposal volumes. The amendment emphasizes the importance of responding to any solicitation alterations and clarifying requirements for past performance and price justification, helping to ensure a fair assessment process. The document ultimately reflects the government's structured approach to managing proposals and contracts, reinforcing transparency, compliance, and quality assurance standards.
    The document is an amendment to the solicitation for the USS Lewis B. Puller's Fiscal Year 2025 Voyage Repair Availability (VRA). It primarily extends the proposal due date and makes updates to relevant attachments. The contractor is tasked with preparing for and executing repair and maintenance packages as outlined by the Military Sealift Command (MSC) and the Forward Deployed Regional Maintenance Center (FDRMC). The scope includes management, procurement, and quality assurance necessary for repairs at a facility in Taranto, Italy, while adhering to U.S. quality control standards. Key tasks involve submitting various proposals, ensuring compliance with safety and quality regulations, and adapting to government requirements as work progresses. The amendment covers details about proposal submissions, including capacity assessments and pricing of work items categorized as Base, Optional, or Non-Statutory Price Work Items. Past performance and technical capability evaluations are crucial for selection, focusing on the lowest-priced technically acceptable bids. This amendment emphasizes the importance of adhering to established guidelines while allowing for adjustments based on discovered conditions during repair work.
    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.
    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 (VRA) at a contractor's facility in Taranto, Italy. The scope includes repairs based on work packages from the Military Sealift Command (MSC) and the Forward Deployed Regional Maintenance Center (FDRMC). Key tasks involve management, procurement, and quality assurance to fulfill contract requirements efficiently within specified time frames. The RFP includes significant sections detailing pricing, specifications, and requirements for contractor qualifications, including labor rates and responsibilities for responding to additional repair needs that may arise during contract execution. It emphasizes the importance of compliance with Navy standards and protocols, providing clear guidelines for invoicing, change orders, and the treatment of foreign national employees. A critical component of the RFP involves anti-Mafia regulations, mandating that contractors certify their lack of Mafia influence and register with local authorities to ensure accountability. This measure seeks to protect the integrity of U.S. government contracts in Italy. The document preserves a formal structure supporting efficient contractor selection and adherence to stringent regulatory compliance for naval repairs while safeguarding U.S. interests abroad.
    The document outlines a Request for Proposal (RFP) pertaining to maintenance and repair services for the USS Lewis B. Puller during the Fiscal Year 2025 Voyage Repair Availability (VRA). The main objectives include executing repair packages from the Military Sealift Command (MSC) and Forward Deployed Regional Maintenance Center (FDRMC), with work scheduled between April 30 and May 23, 2025, in Taranto, Italy. It details specific work items, expectations for contractor performance, and compliance with U.S. Government quality control standards. Key points include the categorization of work items into Base Work Items (mandatory), Optional Work Items (potential), and Government Requirement work (unpriced). The document also stipulates invoicing procedures and the requirement for anti-Mafia screening for contractors seeking to work in Italy. Additional highlights cover materials procurement, management, and the submission of Condition Found Reports (CFR) for unplanned repairs. The RFP emphasizes collaboration with designated Contracting Officer Representatives (CORs) and stresses the importance of maintaining compliance with all federal regulations throughout the project duration. The overall aim is to ensure the vessel's operational readiness through thorough oversight and high-quality execution of repair tasks while adhering to all contractual obligations.
    The document outlines a Request for Proposal (RFP) for the FY-25 Voyage Repair Availability (VRA) of the USS Lewis B. Puller. The contractor is required to manage and execute repairs and maintenance based on detailed work packages provided by the Military Sealift Command (MSC) and Forward Deployed Regional Maintenance Center (FDRMC) at their facility in Taranto, Italy, from April 30 to May 23, 2025. The scope includes removing deteriorated components and installing new items, ensuring compliance with quality standards, and addressing any unforeseen repairs through a contract modification process. The RFP encompasses various work categories—base items with fixed pricing and optional items that may be exercised at the government’s discretion. Additionally, it mandates adherence to anti-Mafia regulations for contractor eligibility and outlines invoicing procedures through the Wide Area Workflow (WAWF) system. The document is structured into sections including solicitation instructions, specifications, pricing details, and contract clauses. Overall, it emphasizes contractor responsibilities, compliance requirements, and the importance of timely execution of repair tasks to meet the Navy's operational standards.
    This document outlines a Request for Proposal (RFP) for the repair and maintenance of the USS Lewis B. Puller by a contractor to be performed at their facility in Taranto, Italy, from April 30 to May 23, 2025. The RFP details various work items categorized into Base Work Items (mandatory), Optional Work Items (additional repairs), and Non-Separately Priced (NSP) items. Contractors are required to perform work using U.S. Government standards, ensuring proper procurement of materials and compliance with quality control measures. The proposal must be submitted electronically by March 19, 2025, with emphasis on timeliness and eligibility requirements for offerors. The document specifies the need for coordination with various stakeholders, including Navy representatives, and outlines the pricing structure, performance requirements, and the potential for additional work discovered during the project. Furthermore, it includes clauses on inspections, invoicing procedures, and key contacts within the Navy for effective communication. This RFP exemplifies the structured processes and compliance measures involved in government contracts, focusing on quality, timely execution, and adherence to military specifications.
    Lifecycle
    Similar Opportunities
    USNS William McLean MTA 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for maintenance and technical assistance (MTA) for the USNS William McLean (T-AKE 12) for fiscal year 2025. The procurement focuses on shipbuilding and repairing services, requiring contractors to demonstrate their capabilities in dry dock services, safety protocols, and compliance with military operational standards. This opportunity is critical for ensuring the operational readiness and safety of military vessels, with performance expected to take place in Virginia, United States. Interested contractors should direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil, with proposals due by the specified deadlines.
    Maintenance, Repair, and Preservation of YT-800 ROH
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard, is soliciting proposals for the maintenance, repair, and preservation of the YT-800 ROH vessel. The contract requires comprehensive docking and maintenance services, including hull maintenance, structural repairs, and system inspections, all to be performed in compliance with maritime industry standards and federal regulations. This procurement is crucial for ensuring the operational readiness of the vessel, which plays a significant role in naval operations. Interested small businesses must submit their proposals by March 17, 2025, with the contract period of performance scheduled from June 16, 2025, to October 10, 2025. For further inquiries, potential contractors can contact Alice Robertson at alice.n.robertson.civ@us.navy.mil or Christopher Davidson at christopher.t.davidson7.civ@us.navy.mil.
    Propulsor "PC.1A" and "Leading Edge Ring" repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is soliciting proposals for the inspection and repair of a propulsor "PC.1A" and "Leading Edge Ring" on a Virginia-class submarine. This procurement aims to secure a firm-fixed price contract for essential repair services, with a performance period tentatively scheduled from April 17 to May 31, 2025. The opportunity is critical for maintaining the operational readiness of naval vessels, ensuring compliance with safety and security protocols throughout the repair process. Proposals are due by March 19, 2025, at 0900 HST, and interested parties must submit their offers electronically to the designated contacts, Christine Aledo and Deanna Yoshida, at the provided email addresses.
    USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the Drydocking Selected Restricted Availability (DSRA) for the USS Pearl Harbor (LSD 52) and USS O’Kane (DDG 77) for fiscal year 2026. This procurement aims to secure shipbuilding and repair services, specifically focusing on non-nuclear ship repair, which is crucial for maintaining the operational readiness and longevity of naval vessels. Interested contractors should note that the primary point of contact for this opportunity is Courtney Schlusser, who can be reached at courtney.j.schlusser.civ@us.navy.mil or by phone at 202-781-3399, with a secondary contact available in Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or 202-781-1763. Further details regarding the solicitation process and deadlines will be provided in the official announcement.
    USNS PECOS VALVE AND PUMP REMOVAL
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting quotes for the refurbishment of miscellaneous valves and pumps located at the MSC warehouse in Norfolk, Virginia, under solicitation number N3220525Q4050. The procurement requires qualified vendors to provide labor, materials, and travel costs in accordance with the Statement of Work (SOW), with a contract period from May 2, 2025, to September 30, 2025. This opportunity is crucial for maintaining operational integrity and safety of naval equipment, emphasizing compliance with federal acquisition regulations and technical standards. Interested parties must submit their quotes by 1:00 PM EST on March 19, 2025, to Samuel N. Queen at samuel.n.queen2.civ@us.navy.mil, ensuring all required documentation is included.
    USS PREBLE (DDG 88) 6C1 Selected Restricted Availability (SRA) (Yokosuka, Japan)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the maintenance and repair of the USS PREBLE (DDG 88) during its Selected Restricted Availability (SRA) in Yokosuka, Japan. The contract encompasses a comprehensive package of work items, including cleaning, inspecting, and repairing various components of the vessel, with a performance period scheduled from October 6, 2025, to February 10, 2026. This procurement is critical for ensuring the operational readiness and maintenance of naval assets, contributing to national defense capabilities. Interested contractors must submit their proposals by April 18, 2025, at 10:00 AM Japan Standard Time, and can request access to detailed work specifications via DoD SAFE by contacting Neil Flint or Ai Gillard at the provided email addresses.
    USS DEWEY (DDG-105) FY25 Surface Incremental Availability
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the FY25 Surface Incremental Availability of the USS Dewey (DDG-105), focusing on essential ship repair and alteration services. The procurement includes modifications to the 02 and 03 Level Weather Bolted Equipment Removal Plate (BERP) and the replacement of the nonskid system on specific weather frames, with work scheduled to commence on May 6, 2025, and conclude by July 22, 2025. These services are critical for maintaining the operational readiness and safety of the vessel, ensuring compliance with military standards and protocols. Interested contractors must possess a Master Agreement for Repair and Alteration of Vessels (MARAV) and submit their bids by April 2, 2025; for further inquiries, they can contact Miwa Takahashi at miwa.takahashi2.ln@us.navy.mil or by phone at 814-681-67623.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
    Maintenance work for PSNS Barge YR-85
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for maintenance work on the PSNS Barge YR-85, with a performance period scheduled from June 3 to September 30, 2025. Contractors are required to possess a valid Master Agreement for Repair and Alteration of Vessels (MARAV) and must adhere to specified technical and quality control standards, including the management of government-furnished materials and compliance with safety protocols. This maintenance project is crucial for ensuring the operational readiness of naval assets, and interested contractors must submit their proposals by April 14, 2025, at 10:00 a.m. Japan Standard Time. For further inquiries, potential bidders can contact Ryo Maruyama at ryo.maruyama.ln@us.navy.mil or Junko Nishio at junko.nishio3.ln@us.navy.mil.
    USS AMERICA (LHA 6) FY26 Docking Selected Restricted Availability (DSRA)
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the USS AMERICA (LHA 6) FY26 Docking Selected Restricted Availability (DSRA). This procurement aims to secure shipbuilding and repair services necessary for the maintenance and operational readiness of the USS AMERICA, a vital asset in the Navy's fleet. The selected contractor will be responsible for executing non-nuclear ship repair tasks, ensuring the vessel meets its operational standards and readiness timelines. Interested parties can reach out to James Thomas at james.c.thomas118.civ@us.navy.mil or by phone at 202-781-7223, or Brian Romano at brian.c.romano.civ@us.navy.mil or 202-781-5282 for further details regarding the solicitation process.