Waterborne Security Barriers Sustainment
ID: N00024-25-R-4101Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Port and Harbor Operations (488310)

PSC

PONTOONS AND FLOATING DOCKS (1945)

Set Aside

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

    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the Waterborne Security Barriers Sustainment project, which involves the installation, refurbishment, upgrade, and engineering design support for Waterfront Security Barriers Systems at various naval activities worldwide. The procurement aims to enhance maritime security through the maintenance and operational support of passive and active waterfront barriers, port security barriers, and mooring systems, ensuring the integrity of critical naval infrastructure. This contract, structured as a Multiple Award Contract (MAC), has a total maximum ceiling of $199 million, with a minimum guarantee of $1,000, and is set aside for small businesses under the SBA guidelines. Interested contractors must submit their proposals electronically by June 6, 2025, and can direct inquiries to James McGowan at james.f.mcgowan6.civ@us.navy.mil or Sherri Patsos at sherri.c.patsos.civ@us.navy.mil.

    Files
    Title
    Posted
    The Contractor Compliance Checklist is a mandatory document for Offerors submitting proposals for federal contracts. It requires comprehensive disclosure concerning contract administration, auditing, and accounting practices. Offerors must provide details of their Cognizant Contract Administration Office (CAO) and Defense Contract Audit Agency (DCAA), including contact information. Key components include the Pre-Award Disclosure Statement, confirmation of accurate accounting and purchasing systems, and essential clearances for contracts or subcontracts valued at $10 million or more. The document emphasizes the need for Offerors to report past government contracts held, including pertinent details about their corporate affiliates and first-tier subcontractors, ensuring transparency and compliance with federal standards. This checklist serves to streamline the proposal process and maintain accountability among contractors seeking significant government contracts.
    The NAVSEA (NON-SEAPORTe) Pre-Award Accounting System Adequacy Checklist serves as a critical evaluation tool for prospective contractors seeking federal contracts. This document facilitates a thorough assessment of a contractor's accounting system adequacy as per DCAA standards. It requires contractors to provide detailed explanations regarding essential elements of their accounting system, including audit history, compliance with CAS, cost segregation, labor distribution, and other relevant accounting practices. Contractors must confirm aspects such as whether their accounting system is currently operational, adheres to GAAP, is ready for audit, and supports financial reporting required by contract clauses. The checklist emphasizes the importance of distinguishing between direct and indirect costs, maintaining accurate records, and providing timely financial information to support proposals and cost-type contracts. The process encourages transparency and accountability in contractors’ financial operations, aiming to ensure preparedness for scrutiny under federal guidelines. This document plays a significant role in federal RFPs and grants by ensuring that only those contractors with robust and compliant accounting systems are considered for awards, thereby safeguarding government funds and regulatory compliance.
    The Request for Delivery Order Proposal (RFDOP) outlines a project for the refurbishment of 27 waterborne security barriers and associated mooring systems at Naval Station Mayport, FL. The contract is a Firm-Fixed Price agreement, requiring comprehensive refurbishment and fabrication of barrier components, including the replacement of old materials and the installation of new equipment. The contractor must provide project management, including coordination with various departments, safety compliance, and environmental protection. Tasks include the removal and recycling of existing systems and the assembly of refurbished modules, ensuring minimal disruption to operations. The contractor is expected to submit detailed project execution, accident prevention, and environmental protection plans for government review. Deliverables include daily status reports, as-built documentation, and quality assurance records. The overall goal is to maintain operational integrity while upgrading security barrier systems, reflecting the government's commitment to safety and infrastructure modernization.
    The document outlines a Request for Delivery Order Proposal (RFDOP) for the sustainment of the Navy's Waterborne Security Barrier (WSB) systems across multiple installations in the West Coast, Hawaii, Guam, and Japan. The contract includes provisions for one year of maintenance, with the possibility of four additional years. Contractors must conduct routine maintenance, emergency repairs, and provide technical materials while adhering to safety and environmental regulations. Key tasks include quarterly maintenance visits, emergency repairs within 48 hours, and detailed reporting systems for project management and safety compliance. The Contractor is responsible for creating Project Execution, Accident Prevention, and Environmental Protection Plans, all due within specified timeframes. The structure includes sections on general requirements, specific tasks, required documents, and qualitative assurances, emphasizing the importance of maintaining operational functionality and safety across all sites. This RFDOP ensures continued support of critical security infrastructure while promoting effective project management and adherence to government standards.
    The document addresses a clarification in the bidding process for government proposals, specifically regarding the submission of proposals under a dual approach known as "over and under." It confirms that contractors can submit one proposal as a prime contractor while subcontracting with another prime. The guidance aligns with Section L.3 of the associated solicitation, which accommodates this bidding strategy. This flexibility allows for strategic collaboration among contractors while ensuring compliance with governmental bidding requirements. The move highlights an effort to enhance participation and competition in the bidding process, ultimately benefiting project execution and innovation in federal and local procurement scenarios.
    The document addresses inquiries related to a government Request for Proposal (RFP) for a follow-on requirement concerning waterborne security barriers under the jurisdiction of Naval Facilities Engineering and Expeditionary Warfare Command (NAVFAC). A primary inquiry seeks clarification on the bidding approach, confirming that only one proposal may be submitted, either as a prime with a subcontractor or under an alternate prime approach. It is noted that this RFP follows prior work (contract N39430-15-D-1614), clarifying its not being a new project but a recompete. Additionally, questions about populating Contract Line Item Numbers (CLINs) 0001-0004 in Section B are considered, with the government indicating that these CLINs should not be filled in at this initial stage as a requirement for submission. Offerors are instructed to instead submit them as part of a sample order proposal in Volume I. The document captures the essential guidelines and expectations regarding proposal submissions, ensuring clarity and compliance within the RFP context. This RFP invites competition while maintaining established procurement protocols from prior contracts.
    The document pertains to a government Request for Proposal (RFP) involving the development and evaluation of proposals from contractors. It outlines specific sections and attachments that detail proposal requirements including technical volume, past performance qualifications, and the submission process. Key points include the clarification that task orders will not be issued via SeaPort, the total page allowance for submissions being limited to 20 pages, and the deadline for proposals set for June 3, 2025. The RFP emphasizes the importance of adhering to outlined evaluation criteria, particularly in terms of technical capability, while cost or price will not be a primary evaluation factor. The document also addresses inquiries from potential bidders regarding definitions of contract effort, outline for past performance narratives, and requests for extensions and templates. Additionally, there is mention of a new Waterborne Security Barriers system under development, which will inform related future requirements. This document serves as a critical communication tool intended to facilitate a clear understanding of proposal expectations and processes, ensuring bidders are well-informed while promoting compliance with regulations and standards.
    The document pertains to a Request for Proposals (RFP) regarding the Waterborne Security Barriers program, signaling that the government seeks bids from contractors. It outlines submission requirements, evaluation factors, and bidder inquiries, and reveals notable responses, such as the confirmation that no task orders will be issued via SeaPort and that the total page limit for the Management Approach and Capability is set at 20 pages. A one-week extension for proposal submission has been granted, moving the deadline to June 3, 2025. Key inquiries from bidders highlight clarifications regarding page limits, definitions of past performance expectations, and the nature of cost proposals. Notably, the government specifies that cost/price will not factor into the evaluation process but must still be included for understanding requirements. The contract is a follow-on to a previous requirement from NAVFAC. The discussions surrounding WSB 2.0 indicate that while it is not currently deployed, information will be provided during the proposal’s performance period. The document ultimately emphasizes the government’s structured approach to managing solicitations and its responsiveness to contractor concerns, reflecting best practices in federal procurement processes.
    The government document is a Request for Proposal (RFP) focused on obtaining services related to Waterborne Security Barriers (WSB 2.0). This RFP includes requirements for potential bidders covering technical capabilities, past performance, and proposal submission guidelines. Key points outlined involve the requirement for bidders to submit a proposal with a maximum of 20 pages, excluding résumés, and that cost/price will not factor into the evaluation of proposals. The proposal due date has been extended to June 3, 2025, to allow adequate preparation time, accommodating bidders' scheduling concerns. Responses clarified details such as the continuation of contract relationships, specific technical requirements, and potential past performance narratives without standalone sections. Bidders inquired about task orders, effort definitions, and expectations for filling CLINs (Contract Line Item Numbers). The document underscores the government's emphasis on identifying capable contractors while adhering to budget constraints, aiming for best-value contracts without requiring detailed cost proposals. This RFP process illustrates the government’s structured approach to procure essential security services, reinforcing operational preparedness.
    The document outlines the responses and clarifications related to a government Request for Proposals (RFP) concerning the Waterborne Security Barriers 2.0 project, primarily managed by NAVSEA. It addresses various bidders' questions, confirming critical details such as the contract type, evaluation factors, proposal submission guidelines, and extensions for deadlines. Notably, the government states that cost/price will not be an evaluation factor and clarifies that proposals should not exceed 20 pages for Management Approach and Capability, with submissions made via PIEE. The current solicitation is a follow-on from a previous requirement with specified technical criteria for proposals, emphasizing the importance of past performance narratives. The RFP requires detailed submissions but allows flexibility for resumes in appendices. Additionally, the government has noted scheduling challenges, prompting a one-week extension for proposal submissions to June 3, 2025, and further clarified specific proposal logistics. This document is critical for potential bidders to understand compliance, submission requirements, and response timelines for a significant federal project endeavor.
    The document outlines a Request for Proposal (RFP) from the U.S. Naval Sea Systems Command for a Multiple Award Contract (MAC) to provide logistical support, installation, inspection, refurbishment, and sustainment of waterfront security barriers and associated marine facilities worldwide. The scope includes project execution and management for various waterfront systems, ensuring compliance with safety and operational protocols. Key components of the contract detail provisions for labor and travel services, specifying fixed-price and cost-plus-fixed-fee arrangements. Delivery orders will determine the specific requirements, with a minimum contract value established at $1.00 and a maximum threshold of $199,000,000. A robust evaluation process is initiated for soliciting bids, emphasizing fair opportunity among contractors while adhering to government regulations. The document specifies requirements for contractor performance, including emergency response timelines, project planning, and logistics support. It also addresses travel cost reimbursement, data management, and compliance with specific inspection and acceptance criteria by government representatives. The overall goal is to ensure the effective operation and maintenance of security measures safeguarding Navy assets while fostering competitiveness and compliance within the contracting process.
    The document provides detailed guidance on data item submissions required from contractors in compliance with federal contracting standards. Specifically, it outlines multiple Data Item Numbers (DINs) necessary for contract execution, including plans for project execution, accident prevention, environmental protection, maintenance, contractor payment invoices, as-built documentation, and various reports. Each item specifies submission timelines, review periods, and frequency requirements, ensuring that contractors communicate project progress and adherence to safety and environmental protocols effectively. Notably, plans such as the Accident Prevention Plan must be reviewed and approved before work commencement, emphasizing safety compliance. Additionally, reporting requirements extend beyond project execution to include routine maintenance reports, inventory reports, and standard operating procedures, which maintain transparency and accountability within federal contracts. Overall, the document serves as a crucial tool for compliance with government reporting standards, streamlining the communication between contractors and government agencies during project execution.
    The document outlines the Contract Data Requirements List (CDRL) detailing the data items necessary for government contractors in relation to specific projects. It specifies various data items, their titles, submission timelines, and requirements, including a Project Execution Plan (PEP), Accident Prevention Plan (APP), and Environmental Protection Plan (EPP), among others. Each data item is categorized by frequency of submission—ranging from daily to semiannually—and includes critical information on submission deadlines and review processes by the government. For instance, a draft of the PEP must be submitted within 15 days of the project start date, while the APP requires submission 30 days prior to work initiation. Further, the document clarifies the importance of maintenance reports, invoices, and certification submissions, emphasizing timely communication and compliance with government standards. It also provides instructions for filling out the CDRL form and pricing groups for the various data items. This structure ensures transparency and accountability in project execution, supporting compliance with federal and state requirements for contractors.
    This document pertains to an amendment of solicitation N0002425R4101 issued by the Naval Sea Systems Command. The amendment addresses questions from bidders and updates the response deadline from May 27, 2025, to June 3, 2025. It outlines the submission requirements for offers, emphasizing that proposals must be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) and detailing necessary components, including technical proposals and past performance narratives. The document defines evaluation factors centered around technical merit and past performance, underscoring the necessity for a detailed management plan, technical approach, and safety narrative. Specific qualifications for key personnel and submission guidelines are provided, setting expectations for clarity and adherence to safety standards. The intent is to award multiple contracts to responsible offerors based on their ability to meet solicitation requirements and demonstrate past performance in similar projects. The solicitation reflects government efforts to ensure compliance, safety, and quality in contract deliverables, aligning with federal grant and RFP standards.
    The document details a government Request for Proposal (RFP) concerning a Multiple Award Contract (MAC) for logistical support and maintenance of waterfront barriers and related systems for the United States Navy. The RFP outlines the scope of services, which includes refurbishment, inspection, installation, and operational supervision of waterfront security systems deployed at naval bases worldwide. Key elements include: - The contractor's obligations to provide comprehensive project execution and management, including logistics, material procurement, and technical documentation. - Emergent requirements necessitating rapid response within specified timeframes for logistics and operations. - Flexible contract structure to accommodate individual delivery orders as assigned. - A focus on safety, requiring contractor personnel to comply with safety regulations during all operations. The total maximum contract ceiling is set at $199 million, with a minimum guarantee of $1,000. The contractor must adhere to various clauses over contract execution, including payment conditions, delivery performance, and inspection protocols. The RFP reflects the government's intent to ensure rigorous safety, compliance, and high operational standards in maintaining critical maritime security infrastructure.
    The document is an amendment to a solicitation issued by the Naval Sea Systems Command, formally extending the proposal due date from June 3, 2025, at 3:00 PM to June 6, 2025, at 12:00 PM local time. This updated timeline necessitates acknowledgment from bidders regarding the receipt of the amendment to ensure their offers are considered. The primary purpose of this amendment is to provide additional time for prospective contractors to prepare and submit their proposals. Contractors are instructed to acknowledge this amendment in their submissions to avoid rejection due to late acknowledgment. This document reflects standard federal procurement procedures and highlights the importance of timely communication and compliance in the government contracting process.
    The document outlines a solicitation for a Multiple Award Contract (MAC) focused on providing logistical support, installation, inspection, refurbishment, and sustainment of waterfront barriers and associated marine facilities for the United States Navy. The contractor will execute project management activities globally under a flexible delivery order system, encompassing various service types related to security barriers and moorings. The scope includes tasks such as underwater inspections, material procurement, engineering support, and emergencies response within a broad geographic range. Key requirements include ensuring efficient logistical processes, managing site-specific operations, and meeting strict safety standards. The contractor must adhere to contracting regulations while being prepared for rapid operational deployment with minimal notice. The estimated maximum value of this contract is $199 million, providing a minimum guaranteed order of $1,000 for an initial engagement. The award will be based on a competitive process, potentially prioritizing small businesses for specific project requirements. A structured approach toward inspections and acceptance of deliverables is detailed, emphasizing the importance of quality management throughout the contract duration, which spans six years, extendable to ten through options. This solicitation exemplifies the government's initiative to optimize security measures in critical marine operations, fostering industry collaboration in strategic defense efforts.
    The document outlines a Request for Proposal (RFP) for services related to the maintenance and refurbishment of waterfront barriers, associated moorings, and waterfront security systems for the United States Navy. It specifies the contractor's responsibilities, including logistical support, installation, inspection, and development of security systems at various military installations worldwide. The scope of work will be provided through multiple delivery orders under a Multiple Award Contract (MAC) format, with details laid out for each contract line item (CLIN). The RFP details the administrative and legal requirements, payment structures, and evaluation factors for awarding contracts. Key clauses encompass travel costs, project management obligations, inspection and acceptance processes, and safety compliance measures. The contract aims to facilitate efficient project execution while ensuring adherence to military operational standards and timelines. In addition, it highlights the government's commitment to competitive procurement processes to engage qualified contractors effectively.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM ATLANTIC), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, alteration, and repair projects primarily at the Portsmouth Naval Shipyard (PNSY) in Kittery, Maine, and the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia. The contract encompasses a range of general, industrial, and waterfront construction projects, with an estimated construction magnitude between $1,000,000 and $50,000,000. This procurement is critical for supporting the Strategic Integrated Operations Plan (SIOP) and ensuring the operational readiness of naval facilities. Interested firms must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with all inquiries directed to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749. The solicitation ID has been updated to N62470-26-R-0012, and all proposals must adhere to the outlined requirements and deadlines specified in the attached documents.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    WHARF BRAVO, NAVAL AIR STATION PENSACOLA, FLORIDA.
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking qualified contractors for the Wharf Bravo recapitalization project at Naval Air Station Pensacola, Florida. This sources sought announcement aims to identify potential offerors capable of performing design-bid-build construction to repair and modernize Wharf Bravo and its associated utilities, ensuring continued operational support for U.S. Coast Guard missions. The project includes significant structural repairs, upgrades to mooring and fender systems, replacement of utility services, and improvements to pavement and drainage systems, with a contract value estimated between $25 million and $100 million. Interested parties must submit their capability statements by December 18, 2025, to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil, with a focus on demonstrating relevant experience and qualifications.
    February 2025 NSWCPD Multiple Award Contract Task Order Forecast
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is forecasting multiple award contract task orders for various U.S. Navy projects scheduled for February 2025. These projects will involve installation and maintenance work primarily under the Big Blue MAC and D40 Equipment Services MAC contracts, focusing on upgrading critical naval equipment systems such as Voyage Data Recorders, Integrated Bridge Systems, and Engine Repairs. The anticipated contract values for these projects range from under $2 million to $50 million, reflecting the Navy's ongoing commitment to enhancing operational capabilities. Interested contractors should prepare for upcoming Requests for Proposals (RFPs) and note that specific project details, including contact information and timelines, are outlined in the associated documentation.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    FY26 USNS KANAWHA MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement involves the revision and cancellation of specific work instructions, with an emphasis on updating technical details and extending the final proposal submission deadline to December 17, 2025, at 3:00 PM EST. The contract is categorized under the Ship Building and Repairing industry, highlighting its significance in maintaining naval vessels. Interested small businesses are encouraged to reach out to Susan Bryant at susan.b.bryant.civ@us.navy.mil or call 757-777-4648 for further information regarding this total small business set-aside opportunity.
    FY23-FY27 MK 45 WATERFRONT SUPPORT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking to procure waterfront support services under the contract titled "FY23-FY27 MK 45 WATERFRONT SUPPORT." This contract, awarded non-competitively to BAE Systems Land & Armaments L.P., is structured as a Cost-Plus-Fixed-Fee (CPFF) and Cost (no fee) arrangement, based on the justification that only one responsible source can meet the agency's requirements. The services are critical for maintaining and supporting the MK 45 naval gun systems, which play a vital role in naval operations. Interested parties can reach out to Jeannele Macey at jeannele.m.macey.civ@us.navy.mil or Cady Ramirez at cady.h.ramirez.civ@us.navy.mil for further inquiries regarding this opportunity.
    L019 - Safe Haven lay/docking services.
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    V47 Waterfront Operations
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division (NSWCCDDN) Detachment Norfolk, is seeking contractor support for Waterfront Operations at Naval Station Norfolk, Virginia. The procurement encompasses a range of services including transition, program management, operations management, reporting, safety compliance oversight, operation of small watercraft, industrial maintenance and repair, as well as Research and Development, Test and Evaluation project support. These services are critical for maintaining operational readiness and safety compliance in naval operations. Interested contractors can reach out to Michael Rossik at michael.e.rossik.civ@us.navy.mil or by phone at 301-412-9761, or Xenia Lira at caroline.x.lira.civ@us.navy.mil or 757-663-2605 for further details.
    13--BULKHEAD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of bulkheads, classified under NAICS code 334511. The procurement aims to fulfill specific design, manufacturing, and performance requirements as outlined in the solicitation, which includes quality assurance measures and compliance with military standards. These bulkheads are critical components for naval applications, ensuring structural integrity in submarines and surface ships. Interested contractors should reach out to Zachary R. Morrill at 717-605-1552 or via email at zachary.r.morrill.civ@us.navy.mil for further details, with proposals expected to be evaluated based on the lowest aggregate total price, including options for increased quantities.