Vessel Parking
ID: N6470925Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSTRATEGIC WEAPONS FAC LANT FINANCIAKINGS BAY, GA, 31547-2634, USA

NAICS

Marinas (713930)

PSC

LEASE/RENTAL OF PARKING FACILITIES (X1LZ)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide vessel parking services for Security Vessels (SV64s) at the Strategic Weapons Facility Atlantic (SWFLANT) in Kings Bay, Georgia. The procurement involves priority parking for both wet and dry lay-up of SV64s, with a contract that includes a base period of 12 months and four optional annual periods, ensuring continuous support during contingencies such as severe weather or military operations. This opportunity is crucial for maintaining operational readiness and safeguarding classified information, with all contractor personnel required to be U.S. citizens. Interested parties must submit their quotes by April 22, 2025, and can direct inquiries to the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL or contact Shakayla Tucker at 912-573-0224 for further details.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 12:05 PM UTC
The document appears to be a corrupted or unreadable file, lacking clear content, structure, or identifiable topics. There may have been an intention to outline government RFPs (Requests for Proposals) or grants within federal and state levels, focusing on pertinent data related to funding and procurement processes. However, the fragmented nature of the text prevents the extraction of coherent ideas or key information. As a result, the purpose of the document, which likely involved detailing government funding opportunities or procurement guidelines, cannot be accurately conveyed. The disorganized and illegible format suggests that this document requires repair or reconstruction to deliver any substantive analysis or summary related to federal grants or RFPs.
Apr 10, 2025, 12:05 PM UTC
This document outlines the labor standards and employee rights under the Walsh-Healey Public Contracts Act and the Service Contract Act for government contracts. It establishes minimum wage requirements, including adherence to the federal minimum wage and potential higher rates for Service Contract Act (SCA) contracts. Overtime provisions mandate pay at 1.5 times the regular rate for hours worked over 40 per week, while child labor laws prohibit the employment of individuals under 16 in Contract work. Safety and health regulations stipulate that work environments must be sanitary and non-hazardous. Prime contractors bear liability for any violations committed by their subcontractors. Detailed guidance on wage determination and fringe benefits, particularly for SCA contracts, is also included. The document emphasizes the necessity of proper notice and compliance with labor standards, facilitating awareness of employee rights within federal contracts and ensuring worker protections are upheld.
Apr 10, 2025, 12:05 PM UTC
The document outlines Solicitation Number N6470925Q0013, a combined synopsis and request for quotation (RFQ) for vessel parking services, particularly for U.S. Navy-operated Security Vessels (SV64s) at the Strategic Weapons Facility Atlantic (SWFLANT). The contract includes a base period of 12 months and four optional annual periods. It specifically calls for priority parking for both wet and dry lay-up of SV64s and stipulates continuous support during potential contingencies such as severe weather or military operations. Offerors must be small businesses that can provide all necessary resources and personnel, ensuring compliance with performance work standards. Quotes should be submitted by April 22, 2025, primarily evaluated for technical acceptability and price. It emphasizes safeguarding classified information, maintaining physical security, and the requirement for all contractor personnel to be U.S. citizens. The document includes detailed clauses and provisions relating to subcontractors, quality assurance, and representation regarding telecommunications equipment. Overall, the solicitation aims to secure essential services aligned with the operational mission of SWFLANT, prioritizing timely and compliant responses from contractors. The document delivers necessary guidelines, requirements, and evaluation criteria for potential bidders.
Lifecycle
Title
Type
Vessel Parking
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
ELECTRICAL SERVICE
Buyer not available
The Department of Defense, through the Strategic Weapons Facility Atlantic (SWFLANT), is soliciting proposals for electrical services at the Dynamic Hoist Test Facility (DHTF) located in Kings Bay, Georgia. This procurement aims to update aging electrical systems and accommodate new power requirements as part of a technology refresh initiative, with a focus on compliance with safety and electrical standards. The contract is set aside for small businesses and includes one base period along with four optional periods, requiring licensed electrical contractors to supply and install necessary equipment while adhering to strict regulatory guidelines. Proposals must be submitted by May 2, 2025, and interested contractors are encouraged to contact the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL or Yvette Tullock at YVETTE.TULLOCK@SWFLANT.NAVY.MIL for further details.
Underwater Hull Cleanings and Inspections for USCG Patrol Boats
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull cleaning and inspection services for two 87-foot patrol boats, the USCGC Sea Devil and USCGC Sea Fox, homeported in Kings Bay, Georgia. The contract, which is set aside entirely for small businesses under NAICS code 336611, requires up to 28 cleanings and inspections over a one-year period, with flexibility in scheduling based on operational needs and environmental conditions. These services are critical for maintaining the operational readiness and efficiency of the vessels by mitigating marine growth that can impede performance. Interested vendors must submit their quotations by April 30, 2025, at 5:00 PM EST, and can direct inquiries to SKC Adam Hitchcox at adam.s.hitchcox@uscg.mil or by phone at (571) 608-4730.
DRY DOCK (DD) USCG BLUESHARK DD FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry dock services for the Coast Guard Cutter BLUE SHARK as part of a total small business set-aside procurement for fiscal year 2025. The contract, which is structured as a Firm Fixed Price, requires a facility capable of accommodating a minimum water depth of 12 feet and a height clearance of 55 feet, with a performance period from September 2, 2025, to November 4, 2025. This opportunity is critical for maintaining the operational readiness of the vessel, ensuring compliance with safety and environmental standards during repair operations. Interested contractors should direct inquiries to Kurt Hoyer at kurt.e.hoyer@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, and must acknowledge receipt of amendments to the solicitation by the specified deadlines to remain eligible for consideration.
Z--Kings Bay Base Operations Support (BOS) I Services
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking services for Base Operations Support (BOS) I at Naval Submarine Base (NSB) Kings Bay, Georgia and surrounding areas. The services include force protection, facility management, facility investment, utilities management, and other related services. The contract is anticipated to have a base period of ten months with seven one-year option periods, totaling a performance period of seven years and ten months. The contract will be competitively procured using FAR Part 15. The NAICS Code for this procurement is 561210 with an annual small business size standard of $38.5M. The anticipated date of final RFP issuance is on or after 17 April 2019.
FY25 MV Puget Drydock Maintenance Services
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the FY25 MV Puget Drydock Maintenance Services, a project aimed at providing comprehensive shipyard maintenance for the MV PUGET in the Puget Sound area. Contractors will be responsible for all aspects of management, personnel, equipment, and materials necessary for the maintenance services, which include inspections, repairs, and cleaning, to be performed at a contractor-provided facility. This opportunity is a total small business set-aside under NAICS code 336611, with an estimated performance period from May 25, 2025, to July 25, 2025, and quotations must be submitted by May 15, 2025. Interested parties should ensure they are registered in the System for Award Management (SAM) and may contact Geraldine L. Kemp or Camilla Allen for further information.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to gather information on the drydocking of four Maritime Security Cutters, Large (WMSL) from fiscal year 2026 to 2030. The procurement aims to assess the interest and capability of potential contractors to perform extensive maintenance work, including hull inspections and system overhauls, with a performance period from January 27, 2026, to September 30, 2030. This initiative is part of a strategic shift towards a new Heavy Depot Maintenance Strategy designed to enhance maintenance efficiency and reduce operational downtime for these critical assets. Interested parties must submit a capability statement to the Contract Officer by April 27, 2025, without pricing information, and are encouraged to monitor sam.gov for future solicitation announcements. For further inquiries, contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or Mark Cap at mark.cap@uscg.mil.
USCGC KINGFISHER (WPB-87332). DOCKSIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for dockside repairs to the USCGC KINGFISHER (WPB-87332) as part of a Sources Sought Notice. The procurement aims to identify contractors capable of providing the necessary materials, equipment, and personnel for a range of repair tasks, including maintenance of the main diesel engines, inspections, and preservation of surfaces, scheduled to take place at the vessel's homeport in Charleston, South Carolina, from November 4 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested contractors must submit their qualifications and intent to respond to future solicitations, and registration in the System for Award Management (SAM) is mandatory. For further inquiries, interested parties can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.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.