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
    Description

    The Department of Defense, specifically the Department of the Navy, is soliciting quotations for vessel parking services to support the operational needs of the Strategic Weapons Facility Atlantic (SWFLANT) in Kings Bay, Georgia. The procurement requires priority parking for both wet and dry lay-up of Security Vessels (SV64s) and related equipment, with a base contract period of 12 months and four optional one-year extensions, ensuring readiness during emergencies and operational contingencies. This contract is crucial for maintaining the operational mission of the U.S. Navy, emphasizing compliance with federal standards and security protocols. Interested small businesses must submit their firm-fixed-price quotes by April 30, 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
    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.
    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.
    The document outlines a solicitation (N6470925Q0013) for vessel parking services, specifically requesting quotations from small businesses to support the U.S. Navy's operational needs. The requirement includes priority parking for various security vessels over a base period of 12 months and four optional one-year extensions at an off-site maintenance facility near Naval Submarine Base, Kings Bay, Georgia. The contractor will need to provide labor, equipment, and flexibility to manage parking during emergencies, including natural disasters. Key components of the contract include the submission of a firm-fixed-price quote by April 30, 2025, demonstrating technical understanding and capability to meet all requirements. Evaluation will focus on the lowest-priced technically acceptable offers. The quotation must comply with specific federal acquisition clauses, and contractors must ensure personnel are U.S. citizens, maintain physical security, and safeguard government property. The document also defines responsibilities and reflects a commitment to ensuring that the necessary services align with the government’s mission requirements efficiently and securely. Overall, the solicitation seeks to ensure operational readiness and compliance with federal standards through a structured procurement process.
    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
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    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.
    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.
    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.
    DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC COBIA (WPB-87331) during fiscal year 2026. The procurement involves comprehensive dry dock repairs, including structural analysis, hull preservation, tank cleaning, and maintenance of propulsion and various electrical and mechanical systems. This opportunity is crucial for maintaining the operational readiness of the vessel, which is homeported in Panama City, Florida, although contractors are not geographically restricted. Interested parties must submit their capability information, including business size and past performance details, by November 2, 2026, to the primary contacts, Kurt Hoyer and Jaime R. Smith, as this is a sources sought notice and not a solicitation.
    120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 120-day special time charter of a U.S. flagged, Jones Act qualified vessel to support operations at the Naval Surface Warfare Center Panama City Division. The vessel will be utilized for various at-sea operations, including the deployment and recovery of mines, towing vehicles, and housing data acquisition equipment, with specific requirements for operational capabilities such as a minimum transit speed of 20 knots and a 12-foot maximum draft. This procurement is critical for ensuring effective support of naval operations, and interested contractors must comply with various FAR and DFARS clauses, including labor standards and wage determinations. Proposals are due by the specified deadline, and for further inquiries, interested parties can contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Homeland Security, Department Of
    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.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    DRYDOCK: USCGC STINGRAY DD FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs on the USCGC STINGRAY (WPB-87305) during fiscal year 2026. The scope of work includes extensive repairs such as structural analysis, hull preservation, tank cleaning, engine realignment, propulsion system renewal, and electrical inspections, with an anticipated performance period of 91 calendar days from June 30 to September 29, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including company qualifications and past performance, by December 29, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    52000QR260001531 USCGC CHARLES DAVID JR. Diver Hull Clean, Inspect & Zinc Anodes Renewal
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform diver hull cleaning, inspection, and zinc anode renewal for the USCGC CHARLES DAVID JR. (WPC 1107) at its homeport in Key West, Florida. The contractor will be responsible for cleaning and inspecting the vessel's underwater body, polishing propellers, and renewing government-furnished zinc anodes, with the work scheduled to take place between January 5-7, 2026. This procurement is critical for maintaining the operational readiness and longevity of the vessel, ensuring compliance with maintenance standards. Interested small business contractors must submit their firm-fixed price quotations by December 18, 2025, at 09 A.M. Eastern Standard Time, to the designated contracting officers, Timothy Ford and Joshua Miller, via email.