USNS BRUNSWICK (T-EPF 6) IMCS annual maintenance
ID: N3220525Q2314Type: 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)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

The Department of Defense, specifically the Department of the Navy, is seeking proposals for the annual maintenance of the Integrated Monitoring Control System (IMCS) on the USNS BRUNSWICK (T-EPF 6). This maintenance will be conducted by the original equipment manufacturer (OEM), Austal, and is scheduled to take place from April 25, 2025, to May 30, 2025, at a location on the East Coast, due to operational and national security considerations. The IMCS is critical for the operational readiness of the vessel, and only Austal is authorized to perform this maintenance. Interested parties are encouraged to submit capability statements or proposals for consideration, and inquiries can be directed to Kimberly Hutchison or Molly Dickson via the provided contact information.

Files
Title
Posted
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
USNS BURLINGTON (T-EPF 10) IMCS Troubleshoot and Repair
Buyer not available
The Department of Defense, specifically the Department of the Navy's MSC Norfolk, is seeking qualified contractors to perform troubleshooting and repairs on the IMCS Redundant PLC server aboard the USNS Burlington (T-EPF 10). The work involves OEM support from Austal USA, the original equipment manufacturer, to ensure compliance with warranty and reliability standards, with the performance period scheduled from April 21 to May 16, 2025. This procurement is critical as the equipment is essential for the ship's operational safety, and the urgency of the requirement necessitates limited competition due to proprietary rights held by Austal USA. Interested parties can reach out to Molly Dickson at molly.dickson@navy.mil or call 564-226-5427 for further information and to submit capability statements or proposals.
USNS William McLean MTA 2025
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for maintenance and technical assistance (MTA) for the USNS William McLean (T-AKE 12) for fiscal year 2025. The procurement focuses on shipbuilding and repairing services, requiring contractors to demonstrate their capabilities in dry dock services, safety protocols, and compliance with military operational standards. This opportunity is critical for ensuring the operational readiness and safety of military vessels, with performance expected to take place in Virginia, United States. Interested contractors should direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil, with proposals due by the specified deadlines.
USNS COMFORT Integrated Bridge System
Buyer not available
The Department of Defense, through the Military Sealift Command, is seeking small businesses capable of designing, building, installing, and testing a new Integrated Bridge System (IBS) for the USNS COMFORT, along with necessary upgrades to the Wheelhouse. This procurement aims to replace obsolete navigation systems to ensure safe vessel operation, which is critical for military healthcare and disaster relief missions. Interested firms must submit a capabilities statement by April 23, detailing their qualifications and approach, and must be registered in the System for Award Management (SAM) with relevant identifiers. For further inquiries, potential contractors can contact Shawnda Forbes at shawnda.m.forbes.civ@us.navy.mil or by phone at 757-443-5954.
Sources Sought USNS SUPPLY ROH/DD 2026
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified firms to provide Regular Overhaul Dry/Docking Availability for the USNS SUPPLY (T-AOE 6), scheduled from March 2, 2026, to August 9, 2026, at a contractor's facility on the East/Gulf Coast. Interested parties are invited to submit a brief capabilities package that includes company profiles, facility descriptions, and small business status under NAICS Code 336611 for Ship Building and Repair by April 24, 2025. This procurement is critical for maintaining the operational readiness of the USNS SUPPLY, involving tasks such as general ship services, steel replacement, inspections, and system upgrades. For further inquiries, interested firms can contact James Parker at james.l.parker2.civ@us.navy.mil or Edward V. Ruhling at edward.ruhling@navy.mil.
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.
U.S. Coast Guard Special Purpose Craft – Boarding Team Delivery II and Special Purpose Craft – Law Enforcement Boats, Maintenance and Upgrades
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide maintenance, repair, and upgrade services for its Special Purpose Craft – Boarding Team Delivery II (SPC-BTD II) and Law Enforcement (SPC-LE) boats. The procurement aims to ensure the operational readiness and reliability of these vessels, which are critical for maritime security operations, by performing routine maintenance and emergent repairs at designated sites in San Diego, California, and Chesapeake, Virginia. Interested parties are invited to submit tailored capability statements addressing their experience and capacity to fulfill these requirements by April 14, 2025, at 11:00 AM EST, to the primary contact, Miranda V. Smith, at Miranda.V.Smith@uscg.mil, with a copy to Adam Petty at Adam.F.Petty1@uscg.mil. This opportunity is part of a Total Small Business Set-Aside initiative and will result in a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract over a five-year period.
USNS ROBERT E. SIMANEK, PSA
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting bids for the maintenance and repair of the USNS ROBERT E. SIMANEK under the MSC Norfolk office. This procurement involves the incorporation of various amendments and references related to the repair and maintenance of the vessel, specifically addressing requests for changes and updates in documentation. The services are critical for ensuring the operational readiness and longevity of the ship, which plays a vital role in naval operations. Interested contractors can reach out to Ian Keller at ian.keller@navy.mil or Christopher Ward at christopher.s.ward1.civ@us.navy.mil for further details regarding the solicitation process.
Navigational Bridge Services for Northrop Grumman / Sperry Marine equipment
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking information from potential vendors regarding their capabilities to provide worldwide navigational bridge services for Northrop Grumman/Sperry Marine equipment on MSC vessels. This Sources Sought Notice aims to gather insights for acquisition planning and is not a solicitation for bids or contracts; interested parties are encouraged to submit a capabilities package detailing their qualifications and experience by April 25, 2025. The services are critical for maintaining operational readiness across the fleet, emphasizing the importance of technical support, maintenance certifications, and compliance with government regulations. For further inquiries, vendors can contact Robert Corsino at robert.j.corsino.civ@us.navy.mil or Margaret Florez at margaret.e.florez.civ@us.navy.mil.
Sources Sought for Operation & Maintenance of WATSON Class Vessels
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking industry feedback for the operation and maintenance of eight Large, Medium-Speed, Roll-On/Roll-Off WATSON Class vessels. The procurement aims to identify potential contractors capable of ensuring high operational readiness and compliance with U.S. regulations while managing these vessels that support the prepositioning of government cargo worldwide. The anticipated contract will be a Firm-Fixed Price (FFP) with options for additional periods, spanning from April 2027 to March 2032, with responses due by May 9, 2025. Interested parties, including small businesses, should demonstrate relevant experience, financial capability, and possess a SECRET facility clearance, and can contact Kayla Etheya at kayla.v.etheya.civ@us.navy.mil or Andrea West at andrea.v.west.civ@us.navy.mil for further information.
USNS EARL WARREN (T-AO 207) POST SHAKEDOWN AVAILABILITY Solicitation
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting bids for the post shakedown availability of the USNS EARL WARREN (T-AO 207). This procurement involves various amendments to the original solicitation, including the incorporation of revised work instructions and a change in the closing dates for both the request for comments and the solicitation itself. The services sought are critical for the maintenance and repair of naval vessels, ensuring operational readiness and compliance with safety standards. Interested contractors should note that the revised solicitation closing date is April 30, 2025, and can reach out to Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Ian Keller at ian.keller@navy.mil for further inquiries.