USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
ID: N3220524R5002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.

    Files
    Title
    Posted
    The document outlines the Use and Non-Disclosure Agreement (NDA) associated with government technical data for the USS Herschel "Woody" Williams, as referenced in RFP N3220524R5002. It grants the Offeror access to sensitive data, outlining strict terms for its use. Key obligations include limiting data usage exclusively to proposal preparation and contract performance, complying with dissemination restrictions, and adhering to export controls. The Offeror must implement organizational measures to safeguard the data and refrain from unauthorized sharing, ensuring that all subcontractors sign similar NDAs. Upon contract award or completion, data must be returned or destroyed, with certification of destruction provided to the Contracting Officer. The agreement emphasizes collaboration with the Government to address unauthorized disclosures and mandates reimbursement for any incurred damages due to such breaches. This NDA is vital for protecting classified and sensitive information in the context of government procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    USNS MEDGAR EVERS (T-AKE 13) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk office, is seeking proposals for the lay berth and regular overhaul of the USNS MEDGAR EVERS (T-AKE 13). The project involves preparing for and executing the lay berth and regular overhaul as specified in the solicitation, with performance periods anticipated from February 2025 through December 2025. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering small business participation in federal procurement. Interested parties can access the solicitation, expected to be released on or about September 18, 2024, by contacting Damian Finke at damian.w.finke.civ@us.navy.mil or Grant Sivertson at grant.t.sivertson.civ@us.navy.mil, and must comply with a Non-Disclosure Agreement regarding technical data provided by the government.
    USNS LEROY GRUMMAN FY25 MTA-DD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is soliciting proposals for the Midterm Availability and Dry-Docking of the USNS Leroy Grumman (T-AO 195) scheduled to commence on March 18, 2025, for a duration of 135 days. This contract is set aside for small businesses under the SBA guidelines and falls under the NAICS code 336611, which pertains to Ship Building and Repairing. The services sought are critical for maintaining the operational readiness and safety of naval vessels, ensuring they meet the necessary standards for continued service. Interested parties can reach out to Austin Amory at austin.amory@navy.mil or by phone at 757-927-6895 for further details regarding the solicitation.
    USNS MATTHEW PERRY (T-AKE 9) regular overhaul and dry-docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting bids for the regular overhaul and dry-docking of the USNS MATTHEW PERRY (T-AKE 9), scheduled from February 17, 2025, to May 17, 2025. This procurement involves comprehensive ship repair services, including addressing various requests for clarification (RFCs) and revisions to work items, as outlined in multiple amendments to the solicitation. The importance of this contract lies in maintaining the operational readiness and safety of the vessel, which is crucial for naval logistics and support missions. Interested contractors can reach out to Thomas White at thomas.l.white222.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further details, with key deadlines for submissions extended as per the latest amendments.
    USNS ROBERT E SIMANEK (T ESB 7) PSA
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking qualified businesses for the Post Shakedown Availability (PSA) of the USNS ROBERT E SIMANEK (T-ESB 7), scheduled to commence around 31 May 2025 for a duration of 120 days. The PSA will involve a variety of services including project planning, inspections, and modifications to the ship's systems and components, with a focus on ensuring operational readiness. This opportunity is particularly significant for small businesses, including Service-Disabled Veteran-Owned Small Businesses and Certified HUBZone firms, as the government is considering a set-aside acquisition to promote participation. Interested parties must submit a capabilities package by 25 September 2024, and further inquiries can be directed to Tommy Hale at tommy.a.hale.civ@us.navy.mil or Samuel Queen at samuel.queen@navy.mil.
    USNS JOHN LENTHALL (T-AO 189) REGULAR OVERHAUL AVAILABILITY (ROH) SYNOPSIS
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is seeking proposals for the regular overhaul and dry docking of the USNS JOHN LENTHALL (T-AO 189) as part of a federal contract opportunity. The work will be performed at the contractor's facility, with the anticipated period of performance spanning from March 23, 2025, to September 19, 2025, and is designated as a Total Small Business Set-Aside under NAICS code 336611, which pertains to Ship Building and Repairing. Interested parties must submit proposals in response to the forthcoming solicitation, expected to be released on or about September 20, 2024, and are required to complete a Non-Disclosure Agreement to access technical data related to the project. For further inquiries, potential bidders can contact Nancy Bowers at nancy.l.bowers6.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil.
    FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to solicit proposals for the FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA), which is expected to span approximately 17 months from July 2025 to December 2026. The procurement aims to ensure that the USS HARPERS FERRY is mission-ready and maintains a satisfactory condition of readiness following the Chief of Naval Operations (CNO) Availability, which encompasses all necessary labor, supervision, production, testing, and quality assurance for ship maintenance, repair, and modernization. This contract will be issued as a Firm-Fixed Price solicitation, anticipated to be released around September 16, 2024, and interested contractors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, interested parties can contact Kevin Becker at kevin.r.becker2.civ@us.navy.mil or Brian Han at brian.s.han3.civ@us.navy.mil.
    Synopsis - USNS YUKON ROH/DD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command (MSC) Norfolk, is seeking proposals for the regular overhaul and dry docking of the USNS YUKON (T-AO 202). The contract will require the contractor to prepare for and accomplish the specified work in accordance with the work item package, with the anticipated performance period set from November 4, 2024, to January 17, 2025, at the contractor's facility located within the continental United States (CONUS). This procurement is crucial for maintaining the operational readiness and safety of the vessel, which plays a vital role in supporting naval operations. Interested parties can access the solicitation, expected to be released around September 2, 2024, through the Procurement Integrated Enterprise Environment Solicitation Module, and should direct any inquiries to Marcin Krauze at marcin.krauze.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil.
    CE-MVN U.S. Dredge Wheeler Drydocking and Repairs
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor to drydock and repair the US Hopper Dredge WHEELER. The contractor will be responsible for steel repairs, rehabilitation of dredging systems, maintenance and repair of internal tanks, propulsion and steering systems, support systems, and painting of the ship. The dredge has specific dimensions and displacement. Drydocking facilities must be available between September 2024 and December 2024 within 2,000 nautical miles of New Orleans. The solicitation will be issued as an Invitation For Bid (IFB) with a value between $10,000,000 and $25,000,000. Interested vendors must be registered in SAM under NAICS code 336611. The solicitation documents will be posted on www.sam.gov. The wages and benefits of service employees must meet the Department of Labor standards. Interested parties should contact Francesca deBoer or Christopher Nuccio for more information.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.