Integrated Lifecycle Sustainment and Depot-Level Repair
ID: N6339425R0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING OFFICERPORT HUENEME, CA, 93043-5007, 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 Surface Warfare Center, Port Hueneme Division (NSWC PHD), is soliciting proposals for Integrated Lifecycle Sustainment and Depot-Level Repair (ILS-DLR) services. The procurement aims to ensure the operational efficiency and sustainability of various naval systems and equipment through comprehensive lifecycle support, including maintenance, upgrades, and depot-level repairs. This initiative is critical for optimizing performance and cost-effectiveness across multiple naval platforms, thereby enhancing the longevity and reliability of military assets. Interested small businesses must submit their proposals by August 14, 2025, and can direct inquiries to Brian Mundy at brian.c.mundy6.civ@us.navy.mil, with Brady Smith cc'd at brady.d.smith10.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses clarifications and updates regarding the RFP N6339425R0007, specifically focusing on past performance documentation and staffing plans. The government has modified the past performance template, allowing offerors to organize references at the 2-digit level to simplify documentation and adhere to the 3-page limit. Additionally, the staffing plan has been revised to indicate that partial FTE labor categories may complicate cost volume consistency due to the absence of overtime (OT) hours. Offerors can now allocate hours across teams, but the use of OT is not mandated. Furthermore, the government has amended the reference in Section L 3.4.7 to DFARS 252.245-7005 for government property management practices. The proposal due date has been extended to August 14, 2025, and instructions on accessing NAVSEA Technical Specification 9090-310 have been updated. Overall, these changes aim to enhance the clarity and efficiency of the RFP submission process.
    The government solicitation requires offerors to submit a staffing plan using the specified format in Attachment JS-04, which lacks adequate space for naming key personnel and contingent hires. It also does not include areas to document subcontractor details or personnel qualifications, which the solicitation mandates. Clarification is needed on how to fulfill these requirements within the staffing plan. Additionally, the government is requested to specify the appropriate Wage Determination for this solicitation or include it as an attachment. The proposal submission process has been updated to require uploading documents through DoD SAFE instead of SAM.gov. An extension for the proposal due date, originally set before the July 4th holiday, is not anticipated, though any changes will be communicated to interested parties via SAM.gov updates. This document highlights issues with compliance requirements in staffing and submission processes within government proposals.
    Amendment 0001 to Solicitation N6339425R0007 modifies sections J (List of Attachments) and L (Instructions for Submission of Offers). Key changes include updated attachments (Exhibit A, J-01 to J-11, JS-04 to JS-07) and revised offer submission guidelines. Proposals must be submitted via DoD SAFE to specific email addresses by the closing date, adhering to strict formatting (8.5x11, 12-point Times New Roman, specific file naming conventions, and page limits). The amendment details requirements for technical, past performance, and cost proposals, including staffing plans, key personnel resumes, and cost narratives with direct labor rates, indirect rates, and ODCs. It also addresses potential organizational conflicts of interest (OCI), requiring mitigation plans, and mandates compliance with security requirements (DD 254) and government-furnished property (GFP) management. This solicitation is 100% set aside for small businesses, and offerors must verify their size status in SAM.gov.
    Amendment 0002 for Solicitation N6339425R0007 outlines key revisions and clarifications for a government contract focused on integrated lifecycle sustainment and depot-level repair for Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) systems and equipment. The amendment extends the proposal due date to August 14, 2025, and provides responses to offeror questions. Key changes include updated sections of the Statement of Work (SOW) regarding applicable documents and quality management, revisions to Section L concerning personnel approach and government-furnished property clauses (DFARS 252.245-7005), and a revised Past Performance Template. The document details comprehensive requirements for contract management, security, quality assurance, and technical support, covering planning, overhaul, engineering, and installation services. It emphasizes strict adherence to quality standards, proper handling of hazardous materials, and secure information management, with specific guidelines for various systems, including combat and interior communication switchboards.
    Amendment 0003 to solicitation N6339425R0007, issued by the Naval Surface Warfare Center, aims to address discrepancies and provide clarifications regarding the Staffing Plan and Level of Effort (LOE) categories. The amendment includes questions and answers received from contractors, specifically addressing issues within Attachment JS.04 Staffing Plan_LOE_LCAT. Key changes involve updating labor category names for eCraft-SCALCAT to ensure accuracy. This modification ensures that the solicitation's staffing requirements are clear and consistent, facilitating proper bid submissions from interested parties.
    The document is an amendment to a solicitation for a government contract (N6339425R0007), specifically addressing changes to proposal submission guidelines and requirements for potential contractors. Key modifications include the replacement of the List of Attachments and Instructions for Submission of Offers sections. It provides detailed proposal submission instructions, emphasizing adherence to specific formatting, organization, and content requirements to ensure proposals are eligible for evaluation. The amendment outlines the necessity for contractors to submit proposals via the DoD SAFE platform and acknowledges amendments promptly. It describes the format for technical proposals, past performance documentation, and cost proposals, stressing the importance of realism and justification of costs. Additionally, it specifies requirements related to potential organizational conflicts of interest and securing government-furnished property. Critical sections include guidelines on how proposals should be structured (Volumes I-IV) and the necessary information for compliance, risk management, and quality control. The amendment underscores that all firms responding must meet small business eligibility criteria, reinforcing the government's commitment to small business participation. This document highlights the structured and meticulous nature of federal RFP processes, ensuring transparency and thorough evaluation of bidders.
    The document is an amendment to solicitation N6339425R0007, primarily affecting the Naval Surface Warfare Center's (NSWC) mission for research, development, testing, and engineering support for U.S. Navy systems. Amendment 0002 includes several critical updates such as the provision of questions and answers, revisions to the Statement of Work (SOW), including sections on personnel approach and past performance templates, along with an extension of the proposal due date to August 14, 2025. The SOW outlines the NSWC's scope of services, emphasizing lifecycle sustainment, depot-level repairs, and support for various naval programs, covering numerous ship classes and equipment systems. The document mandates contractors to comply with specified standards, conduct quality assurance, manage government-furnished information and property, and adhere to hazardous material protocols. The structured sections detail responsibilities, deliverables, and required qualifications, ensuring comprehensive management of projects and resources. This solicitation exemplifies the government's commitment to effective contract execution, quality maintenance practices, and operational readiness for naval assets.
    This document, Wage Determination No.: 2015-5625, Revision No.: 24, dated 06/02/2025, from the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in Ventura County, California. It specifies hourly rates for various occupations, ranging from administrative support to technical and protective services. The document emphasizes adherence to Executive Orders 14026 ($17.75/hour) or 13658 ($13.30/hour), depending on the contract award date, and notes that these minimums are adjusted annually. Fringe benefits include health and welfare ($5.36/hour or $4.93/hour if EO 13706 applies), vacation (2-4 weeks based on service), and eleven paid holidays. It also details special pay for hazardous work (4-8% differential), uniform allowances, and procedures for conforming unlisted job classifications via Standard Form 1444, ensuring fair compensation and compliance with the Service Contract Act.
    The provided government file, likely an RFP or similar solicitation, outlines the process for obtaining the Material Procurement List (Attachment J.01_Material Master List). Offerors interested in proposing on the effort must formally request this list via email. Requests should be sent to Brian Mundy at brian.c.mundy6.civ@us.navy.mil, with Brady Smith cc'd at brady.d.smith10.civ@us.navy.mil. Upon request, the list will be securely transmitted to the offeror using DoD SAFE.
    This DD Form 254 outlines the security classification specifications for the Department of Defense contract N63394-25-R-0007, which focuses on lifecycle support for equipment and systems, including maintenance, upgrades, and depot-level repairs. The contract requires a Secret facility security clearance and safeguarding level. Key aspects include handling Controlled Unclassified Information (CUI) and classified data, with strict guidelines on public release, storage, and destruction. Performance locations are diverse, spanning multiple states and international sites such as Japan, Spain, and Italy. The contractor must adhere to the National Industrial Security Program Operating Manual (NISPOM), DFARS clauses, and NIST SP-800-171, ensuring personnel security clearances, operational security (OPSEC) measures, and proper handling of all government-furnished information. The Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) is the governing authority, providing security guidance and oversight.
    The Quality Assurance Surveillance Plan (QASP) for the Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) outlines the government's approach to monitoring contractor performance for integrated lifecycle sustainment and depot-level repair services. The objective is to optimize lifecycle support for naval systems, ensuring functionality, reliability, and cost management. The QASP details what will be monitored, how, by whom (primarily the Contracting Officer's Representative, COR), and how results will be documented, adhering to Federal Acquisition Regulation Part 46. It emphasizes objective, fair, and consistent evaluations, with performance ratings from Excellent to Unsatisfactory. Surveillance methods include regular meetings, invoice reviews, deliverable approvals, and feedback collection, ensuring compliance with contract requirements and promoting continuous improvement.
    The document outlines key personnel qualifications and required effort for government contracts, specifically focusing on the Program/Project Manager III (MANP3) position. It details resume requirements including name, security clearance (Secret), citizenship, and a summary of qualifications highlighting 15 years of experience in leading major programs, managing large-scale projects, formulating technical strategies, and stakeholder negotiation. A Bachelor's degree in a technical or managerial discipline is mandatory. The document emphasizes that key personnel are essential and cannot be replaced without government approval, with evaluation based on qualifications in the resume, not the individual. It also provides a comprehensive 'Level of Effort Summary' table, detailing total labor hours per year for various contractor-site positions over a base year and four option years, including managers, engineers, analysts, logisticians, technicians, and tradespeople, totaling 276,937 labor hours over the contract period.
    The NAVSEA Form 4340/2 (Rev. Mar 2018) serves as a standardized Government Furnished Information (GFI) attachment, providing instructions for its completion in the context of federal government RFPs, federal grants, and state/local RFPs. This two-page form is essential for documenting GFI to be supplied to a contractor. Key fields include Attachment #, PR # (Purchase Request number), Program Title, Contract Number (for new or modified contracts), Date of preparation, and the Program Office / Requiring Activity's office Code. The form also requires detailed entries for each GFI item, such as a sequential Number, Document Title, Document Number (if assigned), Document Date (preferably MM/DD/YR format), and the GFI Due Date. The GFI Due Date can be a calendar date (MM/DD/YR) or expressed using non-calendar methods like Days after contract award date (DAC), Months after contract award date (MAC), Months after contract modification date (MACM), Months after option exercise (MAOE), Months before delivery (MBD), or Months before the start of ship builder's trials or equipment test (MBT). The document emphasizes sequential page numbering. This form ensures clear and consistent communication of government-furnished information to contractors, crucial for the efficient execution of government contracts and programs.
    The Trip Information Form is a document used for detailing travel expenses and plans for government contractors or grantees. It requires information such as the trip number and purpose, traveler's name, estimated labor hours, origin and destination, travel dates, and various estimated costs including flight, lodging, per diem, car rental, and other fees. The form emphasizes that the number of trips and personnel must be kept to the minimum required for work and that all travel must comply with FAR Part 31.205-46 (Travel Costs) and the Joint Travel Regulations. It serves as a comprehensive record and estimation tool for travel-related expenditures, ensuring accountability and adherence to federal travel cost regulations within government contracts, RFPs, and grants.
    The document, Solicitation N6339425R0007, is a detailed Request for Proposal (RFP) outlining labor hour requirements for a government contract. It specifies various labor categories, including managers, engineers, technicians, and administrative staff, along with their proposed total labor hours across a base year and four option years for both government and contractor sites. The RFP also provides comprehensive details on the typical education, experience, and general duties required for each position. Key personnel are denoted, and specific experience levels (junior, mid-level, senior) are emphasized for roles like engineers. The document lists the total labor and overtime hours for both government and contractor sites. The purpose is to solicit proposals for a wide range of technical and administrative support services, detailing the expected qualifications and effort levels for each role.
    The provided document, an "Attachment – Past Performance Reference," is a standardized form for offerors to detail relevant past project experience when responding to government solicitations, such as RFPs or grant applications. It requires comprehensive information, including company details (Name, CAGE Code, DUNS), program specifics (Name, Contract/Task Order Number, Agency, Contract Type, Period of Performance, Total Value), and personnel (Program Manager, Contracting Officer, COR, Number of FTEs). A key component is the narrative section, where offerors must explicitly describe how their past performance is relevant in terms of scope and complexity to the current solicitation's Statement of Work (SOW) or Performance Work Statement (PWS), referencing specific Section B areas. This attachment is crucial for government agencies to assess an offeror's capability and experience, ensuring they have a proven track record relevant to the proposed work.
    The "Cost Proposal Spreadsheet" (Solicitation # N6339424R3008) is an attachment for federal government RFPs, likely for SeaPort-e IDIQ contracts. It details a comprehensive cost breakdown for prime contractors and subcontractors. Key sections include Prime Contractor Labor Cost (direct and indirect), Subcontractor Labor Cost (including pass-throughs), Fixed Fee calculations for both prime and subcontractor labor, and Other Direct Costs (ODCs). The spreadsheet also features a "Pass Through Analysis" and "Fee Analysis," with specific limits such as an 8% maximum pass-through allowed by the SeaPort-e IDIQ Contract. The document clarifies how prime offeror fees on subcontractor prices are considered for pass-through analysis versus fee elements in Section B. It includes columns for base periods and option years, emphasizing detailed financial transparency for government contracts.
    The document outlines Wage Determination No. 2015-5625 from the U.S. Department of Labor, establishing minimum wage rates for federal contracts under the Service Contract Act. Effective January 30, 2022, contracts must comply with Executive Order 14026, mandating a minimum wage of $17.75 per hour or the applicable higher rate listed for various occupations unless renewed before that date. The wage determination details various occupation classifications in California's Ventura County, specifying hourly wages for job titles such as Administrative Support, Automotive Service, Food Preparation, and Health Occupations. Additionally, it includes benefits such as healthcare stipends, paid sick leave as per Executive Order 13706, vacation time, and holiday requirements, demonstrating compliance with federal employment standards. Contractors are responsible for adhering to these wage rates and benefits to ensure fair compensation and protections for employees under government contracts. The document also outlines the conformance process for job classifications not specifically included.
    This solicitation includes a Material Procurement List, which potential offerors must formally request via email to Brian Mundy, including Brady Smith in the communication. The request will be processed, and the list will be provided through the Department of Defense SAFE system. This procedure ensures that interested parties can access necessary materials but highlights the requirement for official communication to obtain the procurement details. The document addresses protocols essential for participants in federal contracting processes, emphasizing adherence to specified communication channels for transparency and organization within government RFP processes.
    The document is a DD Form 254, which outlines the security classification specifications required for a contract with the Naval Surface Warfare Center (NSWC) Port Hueneme. The contract involves lifecycle support for equipment and systems, ensuring they meet performance standards from deployment to retirement. It requires a Secret-level Facility Security Clearance and details the access to classified and controlled unclassified information. Key points include the contractor's responsibilities to safeguard classified information in compliance with the National Industrial Security Program (NISP) and other regulations, including proper handling, storage, and return of classified materials. Specific operations security (OPSEC) measures are mandated, necessitating a designated OPSEC point of contact. The contractor must adhere to extensive security protocols, including training on classified information handling, reporting of any security incidents, and ensuring that all personnel have appropriate clearances. The document underscores the importance of security in protecting sensitive information critical to national defense, emphasizing adherence to established procedures during the contract's execution. Overall, the DD Form 254 serves to ensure that contractors fully understand their obligations regarding national security while fulfilling their contractual duties.
    The Quality Assurance Surveillance Plan (QASP) for the Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) aims to ensure effective lifecycle support for various naval systems while managing costs. The plan establishes procedures for government oversight of contractor performance, detailing monitoring methods, responsibilities, and documentation processes. It emphasizes the contractor's obligation to meet contract standards through robust quality control while providing flexibility to adapt surveillance levels based on performance. Key roles include the Procuring Contracting Officer (PCO), who oversees compliance and fairness, and the Contracting Officer's Representative (COR), responsible for ongoing performance evaluation. Performance standards and acceptable quality levels are defined with specific metrics to assess contractor delivery against requirements. The document outlines the approach for regular communication, performance ratings, and compliance monitoring, including adherence to federal regulations. The QASP serves as a living document to facilitate quality assurance and ensure issues are identified early to protect mission operational efficiency, all while adhering to federal acquisition guidelines. It encapsulates the government's commitment to maintain high standards in contractor performance to support naval operations effectively.
    The document details the qualifications and required efforts for key personnel, specifically the Program/Project Manager III (MANP3), for a federal project. It emphasizes that resumes submitted for key positions must include vital information such as the candidate's name, security clearance, citizenship, qualifications summary, education history, and professional experience relevant to the project scope. Key personnel are crucial to the program's success, and any substitutions require prior government approval. The document outlines specific qualifications, including a minimum of 15 years of program management experience and a secret security clearance, along with the necessity of a Bachelor's degree in a relevant field. Additionally, it provides a labor hours schedule, detailing various labor categories, total hours allocated for each category per contract year, and summarizing the total budget for the effort over the contract duration. This systematic breakdown ensures compliance with the RFP requirements while confirming the importance of well-qualified personnel in the execution of government contracts.
    NAVSEA Form 4340/2 serves as a template for documenting Government Furnished Information (GFI) required in federal procurement processes. The form includes sections for essential details such as the Purchase Request (PR) number, program title, contract number, and various documents associated with GFI. It outlines how to sequentially list items of GFI, including their titles, assigned document numbers, publication dates, and due dates for contractor availability. Different formats for due dates are provided, accommodating various timelines related to contract milestones. This structured form ensures clarity and organization in the management of GFI, which is critical for contractors involved in federal projects. Overall, NAVSEA 4340/2 facilitates efficient communication and collaboration between governmental entities and contractors by standardizing the information exchange process.
    The document outlines the Trip Information Form used for travel arrangements associated with government contracts. It details necessary information for planning government-related travel, including traveler identification, estimated labor hours, origin and destination cities, travel dates, and associated costs. Key expenses listed include flights, lodging, transportation, and per diem allowances, all of which must comply with federal travel regulations as indicated by FAR Part 31.205-46 and Joint Travel Regulations. The primary focus is on maintaining cost-effective travel, limited to the minimum personnel necessary to meet work requirements. The document serves as a guideline for organizing and justifying travel expenses within the framework of federal grants and RFPs, ensuring adherence to budget and proper documentation of travel costs.
    The document outlines the solicitation N6339425R0007, detailing the labor hours proposed by eCraft for various positions in response to a federal Request for Proposal (RFP). It provides a comprehensive breakdown of labor categories, associated hours, work locations, and personnel experience levels. Key roles include managers, engineers, analysts, technicians, and various trades, with specific qualifications required for each position. The total proposed labor hours amount to 489,437, with distribution across different job functions, indicating the resources needed for the project. The document emphasizes the qualifications and experience required for personnel, categorizing roles from entry-level to senior positions, highlighting the importance of security clearance and applicable degrees. This summary aims to provide insights into the structure of labor needs, compliance with government requirements, and the critical qualifications necessary to fulfill the project effectively. Overall, it demonstrates the commitment to meeting federal standards in program execution through a well-defined workforce strategy.
    The document provides a comprehensive overview of labor categories and associated effort levels for a government solicitation, specifically addressing the labor hours and operational structure for various positions. Key roles include Program/Project Managers, Operations Managers, Engineers at multiple levels, and Administrative and Support staff, totaling 489,437 labor hours planned across different work sites including Ventura County and remote locations. The breakdown highlights specific labor hours allocated to each category, such as 25,500 hours for Engineer III and 74,300 hours for Engineering Technician II. Additionally, the document outlines overtime hours planned for multiple option years, emphasizing a structured approach in managing labor resources. The main purpose of the document is to detail the expected labor expenditure and workforce requirement for fulfilling the objectives set out in a Request for Proposal (RFP). This structured labor assessment serves to ensure effective resource allocation and management in line with government contracting standards, presenting a clear strategy for operational needs in future agreements.
    The document serves as a template for past performance references required in government requests for proposals (RFPs). It seeks to gather comprehensive information about a company’s previous contracts or task orders, emphasizing the relevance of these experiences to the current solicitation’s Statement of Work (SOW) or Performance Work Statement (PWS). Key details required include the company name, CAGE code, DUNS number, program name, and names of the relevant program manager and contracting officers. It specifies the nature of the contract (prime or sub), period of performance, total values of the award and subcontract, and number of full-time equivalents (FTEs) involved. Proposals must articulate the alignment of past performance with the solicitation's requirements, focusing on specific sections outlined in the SOW/PWS to demonstrate the company's capability to handle similar scope and complexity. This format ensures clarity and standardization in evaluating past performance as a critical factor in the award process for federal and state government contracts.
    The document is a Past Performance Reference template for companies responding to a Request for Proposal (RFP) within federal, state, or local government contexts. It outlines essential company details such as CAGE Code, DUNS Number, program specifics, contracting authorities, and contract attributes, including type, duration, and value. Offerors must articulate how their past performance aligns with the current solicitation’s Statement of Work (SOW) or Performance Work Statement (PWS), specifically referencing relevant sections of the SOW/PWS. This reference aims to evaluate the past performance's relevance in terms of scope and complexity compared to the proposed work, ensuring that responses are tailored to demonstrate capability and expertise in fulfilling the requirements set forth in the RFP. The document serves as a critical component for proposal evaluators assessing potential contractors for government projects.
    The document outlines the cost proposal for Solicitation # N6339424R3008, detailing the financial elements related to a government contract. It specifies the breakdown of labor costs associated with a prime contractor and any subcontractors involved. Key components include direct labor costs (employees' labor), indirect labor costs (overhead, fringe benefits, and general and administrative fees), and total labor costs both for prime and subcontractor labor. Additionally, the proposal includes an analysis of proposed fees, which encompasses a fixed fee structure for labor performed, both by the prime contractor and subcontractors, while noting the maximum allowable rates under the SeaPort-e IDIQ contract. The document also addresses pass-through costs, emphasizing the importance of appropriate cost allocation between direct and indirect expenses, particularly regarding subcontractors' fees. This submission adheres to government guidelines for Request for Proposals (RFPs) and indicates the applicant's adherence to financial and regulatory expectations in executing the contract.
    This document outlines the Contract Data Requirements List (CDRL) for "Integrated Lifecycle Sustainment and Depot-Level Repair Services" under contract CDRL-PHD-N03-2025-0001. It details various data items required from the contractor, including briefing materials, meeting minutes, management reports, personnel rosters, condition found reports, integrated program management data analysis reports, trip/travel reports, revisions to government documents, government property inventory reports, priced bills of material, counterfeit prevention plans, technical reports, and unauthorized supplier purchase reports. For each item, the document specifies the data item number, title, authority, contract reference, requiring office, and submission requirements such as frequency, first submission date, and distribution. A critical remark across all data items is the requirement for contractors to mark Controlled Unclassified Information (CUI) and apply appropriate distribution statements in accordance with DoDI 5200.48 and DoDI 5230.24. All deliverables must be sent via electronic mail to the Contracting Officer's Representative (COR) and Procuring Contracting Officer (PCO) in a Microsoft Office-compatible format. The document also provides detailed instructions for both government personnel and contractors on how to complete the DD Form 1423, including definitions for various price groups (Group I, II, III, and IV) to estimate data item costs.
    The document outlines the Contract Data Requirements List (CDRL) for an Integrated Lifecycle Sustainment and Depot-Level Repair Services project. It provides detailed information on various data items related to the project, including their titles, purposes, submission timelines, distribution requirements, and necessary classifications. Key data items include briefing materials, management reports, condition found reports, and a hazardous materials management program plan. Each item specifies the frequency of submissions, designated recipients, and adherence to specific Department of Defense standards. The CDRL is essential for ensuring the effective management, tracking, and reporting of contractual requirements, supporting compliance with government regulations related to technical documentation and project deliverables. It emphasizes accuracy, clarity, and the necessity of electronic submissions, delineating roles for both government personnel and contractors. Overall, the CDRL serves as a crucial guide for maintaining oversight and accountability throughout the lifecycle of the project.
    The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) is seeking technical support through a contract focused on integrated lifecycle sustainment and depot-level repair of U.S. Navy systems. This initiative emphasizes maintaining operational efficiency and extending equipment lifespans across multiple phases, including acquisition, deployment, maintenance, and retirement. Key objectives include optimizing costs while ensuring functionality and reliability across various platforms, including cruisers, destroyers, submarines, and support facilities. The document outlines the roles and responsibilities associated with project management, emphasizing the need for effective coordination, quality assurance, and compliance with applicable regulations. Deliverables highlighted include reports on performance, inventory management, and risk assessments, driving informed decision-making and ensuring the integrity of operations within secure environments. The requirements focus on the importance of maintaining quality standards and environmental stewardship throughout the lifecycle of the Navy's equipment and systems. Overall, this RFP underscores NSWC PHD's commitment to sustaining naval capabilities effectively, ensuring readiness, and responding to evolving operational demands while fostering collaboration among stakeholders to achieve mission objectives.
    The document outlines a detailed proposal related to the procurement of various electronic components and equipment required for government operations. It includes a comprehensive list of items, their estimated costs, and quantities needed over multiple option years, reflecting a systematic approach to sourcing supplies for technological infrastructure. Each item, such as circuit card assemblies, alarm switchboards, and cable assemblies, is essential to maintaining operational capabilities. The proposal is structured into sections, categorizing items by their part numbers and descriptions, showcasing an organized methodology suitable for government requests for proposals (RFPs) and grants. Notably, the document emphasizes the estimated costs attached to each item, although many are presently marked as not available or unspecified, indicating potential negotiation or further assessment may be necessary. This proposal demonstrates the government's commitment to equipping its facilities and operations with the necessary electronic components, aiming for transparency in budgeting and procurement processes. Overall, it serves as a foundational document for future planning and budgeting, highlighting strategic purchasing aligned with government standards and operational needs.
    The document outlines a Request for Proposal (RFP) for Integrated Logistics Support for the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD). The purpose is to secure a contractor for lifecycle sustainment and depot-level repair of various naval equipment and systems, ensuring operational efficiency and cost-effectiveness. The project encompasses multiple phases, including routine maintenance, upgrades, and comprehensive repairs, aimed at optimizing equipment performance and reliability. Key elements of the contract include specific service requirements, estimated costs for labor and materials, and the management of government-furnished property. Additionally, the document provides guidelines for contractor personnel, quality assurance, travel protocols, and the procurement of materials. It mandates adherence to safety and security requirements, emphasizing the importance of compliance with established regulations and procedures throughout the project’s lifecycle. The RFP is structured in multiple sections, detailing supplies and services, clauses, and statements of work necessary to support NSWC PHD’s mission. This initiative showcases the government's commitment to maintaining and enhancing military assets while managing budgetary constraints. By articulating clear expectations and guidelines, the document facilitates the procurement process aimed at fostering operational readiness for naval missions.
    The document outlines a Request for Proposal (RFP) for Integrated Lifecycle Sustainment (ILS) and Depot-Level Repair (DLR) services that will support the Naval Surface Warfare Center (NSWC) Port Hueneme Division (PHD). The objective is to ensure that military equipment remains operational and efficient throughout its lifespan, encompassing maintenance, repairs, upgrades, and lifecycle management. The RFP specifies services for various naval platforms, including destroyers, carriers, and amphibious ships, and emphasizes the importance of cost-effectiveness and reliability. The proposal includes detailed cost structures for covered services over a base year and four additional option years, detailing labor hours, materials procurement procedures, and travel requirements. Furthermore, it incorporates provisions for quality assurance, security protocols, and responds to hazardous materials management. The contractor is responsible for providing ongoing support through a dedicated Program Manager, ensuring compliance with strict communication and reporting standards. Overall, the document serves as a comprehensive guide for potential bidders to understand expectations and deliverables, promoting the overall mission readiness of naval assets through effective lifecycle management and technical expertise.
    The government file N6339425R0007 outlines a Request for Proposal (RFP) for Integrated Logistics Support - Deferred Labor Response (ILS-DLR) services, administered by the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD). The contracting aims to ensure operational efficiency and sustainability of various military systems, equipment, and ship classes through lifecycle support, maintenance, and depot-level repairs. The file lists key amendments—including updates to the Statement of Work (SOW), a deadline extension for proposals to 14 August 2025, and updates to relevant documents and clauses. Key components of the contract include cleaning up past performance data, management of government-furnished property, quality assurance requirements, and compliance with security and material procurement standards. The SOW emphasizes continual performance monitoring, documentation preparation, and risk management to ensure compliance with quality metrics and government guidelines. This solicitation underscores the federal government’s commitment to maintaining robust operational capabilities, with a focus on thorough lifecycle management processes that impact long-term functional reliability and resource efficiency across military platforms.
    The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) has issued RFP N6339425R0007 for Integrated Lifecycle Sustainment and Depot-Level Repair (ILS-DLR) services. This contract, a negotiated RFP, has an extended proposal due date of August 14, 2025. The scope includes maintenance, upgrades, and overhauls for various naval ship classes and systems, optimizing performance and cost-effectiveness. The contractor must manage the program, including risk, resources, and quality control, while adhering to strict security and quality assurance protocols. Key documents, such as NAVSEA Technical Specification 9090-310 (series), require formal requests for access. The RFP details cost-plus-fixed-fee (CPFF) labor and cost-reimbursable materials and travel for a base year and four option years, with specific labor hour requirements. Procedures for material procurement, counterfeit prevention, and reporting government-furnished property are outlined, ensuring supply chain integrity and compliance.
    Similar Opportunities
    LEGACY LANDING CRAFT AIR CUSHION (LCAC) AND LCAC100 CLASS MAINTENANCE AND REPAIR SUPPORT
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking maintenance and repair support for the Legacy Landing Craft Air Cushion (LCAC) and LCAC100 class vessels. This procurement aims to ensure the operational readiness and longevity of these critical marine assets, which play a vital role in amphibious operations and logistics. A pre-solicitation conference will be held via Microsoft Teams on January 7, 2026, from 1:00 p.m. to 2:00 p.m. CST, where interested offerors must submit their intent to participate by January 6, 2026, at 10:30 a.m. CST. For further inquiries, contact Kathleen Stewart at kathleen.a.stewart23.civ@us.navy.mil or Frances Negron at frances.j.negron.civ@us.navy.mil.
    N0038326RS050
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the renewal of a Long Term Contract (LTC) for consumable spares over a five-year term. This contract will cover eight National Item Identification Numbers (NIINs), including various repair kits and parts kits, with estimated quantities ranging from 25 to 5,000 units for each item. These items are critical for aircraft maintenance and repair, emphasizing the importance of sourcing from approved vendors under the authority of FAR 6.302-1, as government source approval is required for award. Interested vendors must submit a proposal along with the necessary documentation as outlined in the NAVSUP Source Approval Request (SAR) Brochure, which can be accessed online. For further inquiries, potential bidders can contact Sophia Noel at 215-697-3698 or via email at sophia.noel@navy.mil.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    Repair of LCS2 Class Waterjet and Impeller Shaft Assemblies
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified vendors for the repair of Littoral Combat Ship (LCS) 2 class waterjet and impeller shaft assemblies. The procurement aims to ensure compatibility and conformity with existing systems, as the assemblies are exclusively developed and produced by Defense Maritime Solutions (DMS), which the government intends to procure from under a sole source solicitation. Interested parties are invited to submit responses detailing their capabilities to meet the repair service requirements by 4:00 PM EST on December 16, 2025, to William Ryan at william.j.ryan1@navy.mil. This request for information is for market research purposes only and does not constitute a request for proposals or a commitment to contract.
    Unmanned Maritime Systems (UMS) Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Unmanned Maritime Systems (UMS) support under the Seaport NxG Multiple Award Contract (MAC), designated as number N6133126R3102. This opportunity is exclusively available to holders of the Seaport MAC and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The UMS support is critical for enhancing naval operations and capabilities, reflecting the increasing reliance on unmanned systems in maritime environments. Interested parties must submit their responses via the PIEE Solicitation Module by January 5, 2025, at 4 PM CST. For further inquiries, contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    USNS GUADALUPE FY26 Mid-Term Availability
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability contract. This procurement involves shipbuilding and repairing services, with a focus on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J999. The contract is crucial for maintaining the operational readiness of the USNS GUADALUPE, ensuring it meets the necessary standards for future missions. Interested parties should note that the request for comments (RFC) period has been extended to December 24, 2025, at 2:00 PM EST, with the solicitation closing date now set for January 8, 2026, at 3:00 PM EST. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.