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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    L019 - Safe Haven lay/docking services.
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    Aircraft Carrier Readiness Support
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking contractors for the Aircraft Carrier Readiness Support contract, aimed at enhancing the operational readiness of U.S. Navy aircraft carriers. This procurement involves providing professional engineering assistance, including technical expertise, logistics coordination, and quality assurance, to support the maintenance and modernization of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. The contract is crucial for ensuring that these vessels are mission-capable and ready for deployment, aligning with the Navy's operational requirements. Interested parties should note that the solicitation is expected to be available around February 1, 2026, with a total contract period anticipated from August 1, 2026, to July 30, 2031. For inquiries, contact Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or call 757-443-1219.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull inspections, corrosion repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and safety of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance scheduled from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    FY26 USNS KANAWHA MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement involves the revision and cancellation of specific work instructions, with an emphasis on updating technical details and extending the final proposal submission deadline to December 17, 2025, at 3:00 PM EST. The contract is categorized under the Ship Building and Repairing industry, highlighting its significance in maintaining naval vessels. Interested small businesses are encouraged to reach out to Susan Bryant at susan.b.bryant.civ@us.navy.mil or call 757-777-4648 for further information regarding this total small business set-aside opportunity.
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    USNS LENTHALL (T-AO 189) MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the Midterm Availability of the USNS LENTHALL (T-AO 189), with a focus on shipbuilding and repair services. The contract requires the selected contractor to prepare for and accomplish specified tasks in accordance with the work item package, with an anticipated performance period from August 15, 2026, to October 30, 2026, at the contractor's facility located on the East or Gulf Coast. This opportunity is a total small business set-aside, reflecting the agency's expectation of receiving multiple proposals from small businesses, and interested parties must sign a Use and Non-Disclosure Agreement to access government technical data. Proposals will be accepted following the solicitation release on or about September 30, 2025, and inquiries can be directed to Samuel N. Queen at samuel.n.queen2.civ@us.navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil.
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.
    SERVMART walk-in store
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for an Indefinite Quantity/Indefinite Delivery contract to operate the Norfolk Super SERVMART, a retail store and logistics service for U.S. Naval activities in the Virginia Hampton Roads area. The contractor will be responsible for providing a wide range of supplies, including office, janitorial, and tactical equipment, while ensuring high availability rates and compliance with federal regulations such as the Buy American Act and Trade Agreements Act. This procurement is critical for maintaining operational efficiency and cost-effectiveness for naval units, with a proposal submission deadline set for January 7, 2026, at 1:00 PM EDT. Interested vendors can direct inquiries to Contract Specialist John Hill at john.c.hill36.civ@us.navy.mil or Contracting Officer Samantha Miller at samantha.a.miller77.civ@us.navy.mil.
    V47 Waterfront Operations
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division (NSWCCDDN) Detachment Norfolk, is seeking contractor support for Waterfront Operations at Naval Station Norfolk, Virginia. The procurement encompasses a range of services including transition, program management, operations management, reporting, safety compliance oversight, operation of small watercraft, industrial maintenance and repair, as well as Research and Development, Test and Evaluation project support. These services are critical for maintaining operational readiness and safety compliance in naval operations. Interested contractors can reach out to Michael Rossik at michael.e.rossik.civ@us.navy.mil or by phone at 301-412-9761, or Xenia Lira at caroline.x.lira.civ@us.navy.mil or 757-663-2605 for further details.