J019 - SMALL CRAFT MAINTENANCE AND UPGRADE SUPPORT SERVICES
ID: N0018925R0011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 11, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 3:00 PM UTC
Description

The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is soliciting proposals for Small Craft Maintenance and Upgrade Support Services. The contract aims to provide comprehensive maintenance, repair, and upgrade services for a fleet of twenty small vessels utilized by the Naval Oceanographic Office (NAVOCEANO), ensuring compliance with established standards and regulations. This initiative is crucial for maintaining operational readiness and enhancing capabilities in marine surveying and training operations. Interested small businesses must submit their proposals by April 10, 2025, with the contract valued on a firm-fixed-price basis for a five-year period, potentially extending for an additional six months. For further inquiries, contact Joseph Caltagirone at joseph.caltagirone@navy.mil or by phone at 564-226-0669.

Point(s) of Contact
STEPHANIE LENT 564-226-0669 STEPHANIE LENT STEPHANIE.R.LENT.CIV@US.NAVY.MIL JOSEPH CALTAGIRONE 564-226-0669 JOSEPH.P.CALTAGIRONE3.CVI@US.NAVY.MIL
joseph.caltagirone@navy.mil
Files
Title
Posted
Mar 25, 2025, 7:05 PM UTC
The document lists equipment owned by the Naval Oceanographic Office (NAVOCEANO) for small craft maintenance and upgrade support services, providing insight into the historical inventory and costs associated with each item. It details various boats, including high-speed launches (HSLs) from 1998 to 2002, a Bertram vessel, smaller craft such as Boston Whalers, and RHIBs from various years, along with their acquisition dates and costs. The HSLs predominantly include mission equipment costs, while some recent transfers came at no cost. Overall, this inventory serves not only to maintain operational readiness but also provides a basis for future planning, assessments, and potential RFPs related to upgrades and maintenance services. The document aligns with federal procurement processes, illustrating the need for structured reporting and evaluation of government assets in alignment with RFPs and grants.
Mar 25, 2025, 7:05 PM UTC
The Naval Oceanographic Office (NAVOCEANO) is seeking small craft maintenance and upgrade support services for various vessels. This document outlines specifications for multiple boats utilized in oceanographic missions, including a 34' Hydrographic Survey Launch (HSL), 46' Bertram training boat, 26' Almar dive boat, 27' Boston Whaler survey boat, 7M RHIB, 31’ Workskiff, and a 9M Merc Cabin boat. Key characteristics for each vessel are provided, such as dimensions, power specifications, maximum speeds, construction materials, and propulsion systems. The document highlights that these vessels have specific missions, driven by their design and construction (e.g., fiberglass, aluminum) to ensure operational effectiveness. Each craft is equipped with necessary electrical systems and generators to support mission requirements. The comprehensive nature of these specifications serves to facilitate procurement proposals by contractors, aligning with federal RFP processes, ensuring that the desired maintenance and upgrades meet rigorous operational and safety standards. This initiative reflects the government’s commitment to enhancing capabilities in marine surveying and training operations.
Mar 25, 2025, 7:05 PM UTC
The Naval Oceanographic Office (NAVOCEANO) has issued a Request for Proposal (RFP) for Small Craft Maintenance and Upgrade Support Services, managed by the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk. The contract spans five years, from July 1, 2025, to June 30, 2030, with an optional six-month extension available. The scope includes a range of labor categories such as Engineer/Manager, Diesel Engine Mechanic, Electrician, and Welder, each with specified man-hours and associated costs, totaling $22,250 per year for the first four years and $11,125 for the optional service period. Proposals must include fully-burdened hourly labor rates and extended prices for the different labor categories. Pricing for task orders will be based on rates established at the time of order issuance, reflecting any necessary annual escalation. The RFP emphasizes the importance of calculated pricing for efficient project execution, ensuring compliance with established government procurement protocols.
Mar 25, 2025, 7:05 PM UTC
The Past Performance Information Form is a critical document for federal and state/local RFPs, required from offerors to provide a comprehensive overview of their previous contract performance. Essential elements include the offeror's name, contract identifier, customer contact information, total contract value over the past five years, and the number of personnel involved. Additionally, it requires details about the period of performance, a thorough description of work relevance, any quality or cost issues encountered, corrective actions implemented, and subcontractor involvement. This standardized form enables evaluators to assess the offeror's experience, reliability, and ability to meet project requirements, thereby informing decision-making in the procurement process. The structure promotes transparency and accountability in government contracting, ensuring that only qualified vendors are considered for future projects.
Mar 25, 2025, 7:05 PM UTC
The PAST PERFORMANCE REPORT FORM is designed to gather evaluations of a contractor's performance for the Naval Supply System (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department. It seeks information regarding various performance metrics including quality of work, timeliness of delivery, responsiveness to customer concerns, and cost control measures. Respondents are asked to assess customer satisfaction, report any deficiencies, and provide insights into the contractor's effectiveness in addressing problems and adhering to contract terms. Additionally, the form requests feedback on the contractor's overall strengths and weaknesses, satisfaction with contract outcomes, their history of similar work, and suggestions for other contacts who might provide relevant evaluations. This report aims to inform decision-making regarding future contract awards by analyzing past performance indicators that predict the contractor's likelihood of success in forthcoming government contracts.
Mar 25, 2025, 7:05 PM UTC
The document outlines a Request for Proposal (RFP) for Small Craft Maintenance and Upgrade Support Services for the Naval Oceanographic Office (NAVOCEANO). The solicitation number N0018925R0011 is set for offers due by 10 April 2025, with an emphasis on small business set-aside specifications, encouraging participation primarily from small entities. The contractor will be responsible for the maintenance, repair, and upgrades of various small vessels and their systems, which include Hydrographic Survey Launches, electrical, propulsion, and hydraulic systems. A total estimated contract value is detailed, with a firm-fixed-price basis for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for a five-year base period. Contractor qualifications necessitate certified personnel and compliance within specified regulatory frameworks. Deliverables must adhere to standards established by the American Boat and Yacht Council (ABYC) and the U.S. Coast Guard. Additionally, subcontracting for parts and materials requires approved procurement procedures. Quality control measures, inspection protocols, and potential penalties for non-compliance are outlined to ensure service meets established quality standards. The overall purpose of the document is to solicit competitive bids while ensuring high standards for vessel maintenance critical to NAVOCEANO’s operations.
Mar 25, 2025, 7:05 PM UTC
The document is an amendment to a solicitation contract for small craft maintenance and upgrade support services for the Naval Oceanographic Office (NAVOCEANO). It provides updates including a list of questions and answers, modifications to the Performance Work Statement (PWS), and the terms for contractors. The contract specifies that the contractor is responsible for providing the necessary personnel, equipment, and services for servicing a fleet of twenty small vessels managed by NAVOCEANO. Key tasks include maintenance, repair, and upgrades of various boat systems, as well as compliance with regulations and standards set by governing bodies like the American Boat and Yacht Council (ABYC). The amendment clarifies personnel qualifications, contractual obligations, and performance requirements, emphasizing the contractor's autonomy while also requiring regular inspections and compliance with quality control measures. The contract has a five-year base period with an option for a six-month extension, allowing flexibility in service delivery in line with operational needs. The document is structured to facilitate contractor accountability and ensure reliable service provision while addressing any amendments or clarifications necessary for the successful execution of the contract.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Sources Sought USNS SUPPLY ROH/DD 2026
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified firms to provide Regular Overhaul Dry/Docking Availability for the USNS SUPPLY (T-AOE 6), scheduled from March 2, 2026, to August 9, 2026, at a contractor's facility on the East/Gulf Coast. Interested parties are invited to submit a brief capabilities package that includes company profiles, facility descriptions, and small business status under NAICS Code 336611 for Ship Building and Repair by April 24, 2025. This procurement is critical for maintaining the operational readiness of the USNS SUPPLY, involving tasks such as general ship services, steel replacement, inspections, and system upgrades. For further inquiries, interested firms can contact James Parker at james.l.parker2.civ@us.navy.mil or Edward V. Ruhling at edward.ruhling@navy.mil.
180-day Special Time Charter with One 180-day Option
Buyer not available
The Department of Defense, through the Military Sealift Command Norfolk, is issuing a Request for Proposals (RFP N3220525R4069) for a 180-day special time charter of a vessel to support Naval Special Warfare training in Pearl Harbor, HI. The selected contractor will provide a firm-fixed-price contract for a vessel capable of operating for 30 days without resupply, accommodating 25 personnel, and supporting 24/7 operations, including the transport, launch, and recovery of underwater vehicles such as SEAL Delivery Vehicles (SDVs) and Rigid Hull Inflatable Boats (RHIBs). This procurement is critical for ensuring the operational readiness of naval forces and compliance with stringent maintenance and security standards, including cybersecurity requirements. Proposals are due by April 23, 2025, with the contract expected to commence on June 1, 2025, and interested parties can contact Matthew Price at matthew.r.price40.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further information.
Sources Sought for Operation & Maintenance of WATSON Class Vessels
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking industry feedback for the operation and maintenance of eight Large, Medium-Speed, Roll-On/Roll-Off WATSON Class vessels. The procurement aims to identify potential contractors capable of ensuring high operational readiness and compliance with U.S. regulations while managing these vessels that support the prepositioning of government cargo worldwide. The anticipated contract will be a Firm-Fixed Price (FFP) with options for additional periods, spanning from April 2027 to March 2032, with responses due by May 9, 2025. Interested parties, including small businesses, should demonstrate relevant experience, financial capability, and possess a SECRET facility clearance, and can contact Kayla Etheya at kayla.v.etheya.civ@us.navy.mil or Andrea West at andrea.v.west.civ@us.navy.mil for further information.
Repair and Maintenance Support Services - K5900 Side Scan System
Buyer not available
The Department of Defense, through the Naval Oceanographic Office (NAVOCEANO), is seeking information from qualified contractors for repair and maintenance support services for its fleet of ten Klein Marine Systems K5900 side scan systems. The objective is to ensure operational readiness by providing evaluations, repairs, and replacement components for these systems, which are critical for oceanographic data collection. This opportunity is framed as a Request for Information (RFI) and Sources Sought Notice, with a potential contract anticipated to be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) type, commencing around July 31, 2025. Interested parties must submit their capabilities statements by April 29, 2025, to the primary contacts, Stephanie Lent and Joseph Caltagirone, via the provided email addresses.
Custodial Services at Naval Station Norfolk, Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small business contractors to provide custodial services at Naval Station Norfolk, Virginia. The anticipated procurement will be structured as a Firm-Fixed Price/Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a maximum duration of 60 months and an expected annual value of at least $3 million. This opportunity is crucial for maintaining cleanliness and operational readiness at the facility, encompassing tasks such as waste management, floor care, and restroom sanitation. Interested parties, including Small Disadvantaged, Women-Owned, Service-Disabled Veteran-Owned, HUBZone, and 8(a) certified firms, must submit a capabilities package by April 22, 2025, to Shayna Martin at shayna.n.martin2.civ@us.navy.mil, detailing their relevant experience and operational capabilities.
J--Boat Preventative Maintenance and Repairs
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four Oil Spill Recovery boats at Naval Weapons Station Earle, NJ. The services will be acquired through a small business set-aside procurement action. The contract will have a one-year base period of performance and four one-year ordering periods thereafter. The services will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Subpart 13.5. Interested vendors can download the request for quote from the NECO and FBO websites starting from 15 March 2018. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
Floating Plant Vessel Repair IDIQ MATOC
Buyer not available
The U.S. Army Corps of Engineers – Norfolk District is seeking qualified contractors for a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on floating plant vessel repair services. The procurement aims to provide cyclic and demand maintenance for various vessels, including mechanical, hydraulic, electrical repairs, and more, within a 100-mile radius of Norfolk, Virginia. This contract is crucial for maintaining the operational readiness of the Corps' fleet, which includes a range of vessels from a 104-foot derrick boat to smaller craft. Interested firms must respond to the sources sought notice by April 23, 2025, and can direct inquiries to Amy Coody at amy.h.coody@usace.army.mil or Stormie Wicks at STORMIE.B.WICKS@USACE.ARMY.MIL, with a maximum contract value of $5 million anticipated over a five-year period.
JONRIE MAINTENANCE
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking qualified contractors for a firm fixed-price service contract focused on maintenance and training for JonRie tugboats at Commander, Fleet Activities Yokosuka. The procurement includes essential services such as troubleshooting, preventive maintenance, and training for the JonRie Series 418 Capstans and Series 200 Winches, which are critical for harbor operations. Performance is expected to occur between June 15, 2025, and September 30, 2025, with a single award granted based on best value evaluation criteria including price, delivery, and past performance. Interested parties must submit their quotes by April 23, 2025, and direct any inquiries to Ms. Kristen Lorena at kristen.g.lorena.civ@us.navy.mil, ensuring they are registered in the System for Awards Management (SAM).
Non-Skid Replacement, Preservation, and Maintenance of District Crafts
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking qualified contractors for the non-skid replacement, preservation, and maintenance of various small crafts. The procurement aims to ensure the operational readiness of small boats, including harbor security, utility, and work boats, by performing essential maintenance and structural work at the contractor's facility located within the Puget Sound region of Washington. This initiative is critical for maintaining the functionality and safety of government-operated vessels, with a contract ceiling of $5 million and an ordering period extending until August 2, 2028. Interested small businesses must submit their proposals by April 25, 2025, and can direct inquiries to Jeff Jaeckel at jeff.a.jaeckel.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
USNS GUADALUPE ROH/DD Solicitation
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY25 ROH/DD project, which involves repair and maintenance services for the vessel. This procurement is focused on shipbuilding and repairing, specifically under the NAICS code 336611, and aims to ensure the operational readiness of the USNS GUADALUPE through scheduled maintenance and repairs. The successful contractor will play a crucial role in maintaining the fleet's capabilities, which is vital for national defense operations. Interested parties should reach out to Caren Edanol at caren.l.edanol.civ@us.navy.mil or call 757-341-6709 for further details regarding the solicitation process.