V--Justification and Approval for Other than Full and Open Competition - East Coast Husbanding Services
ID: N0018910D0050Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA
Timeline
    Description

    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY - The NAVSUP Fleet Logistics Center Norfolk (FLCN) intends to issue a bilateral modification to extend the period of performance of the current Caribbean husbanding contract with Ship Supply of Florida, Inc. This contract extension is necessary to provide essential, immediate, and interim contract support for port visits throughout the Caribbean region. The period of performance will be extended for a base period of ten (10) months beginning May 1, 2017, and continuing through February 28, 2018. The required husbanding support services remain the same. The NAVSUP FLCN is currently in the solicitation process for the follow-on contract, which is anticipated to be awarded on or around January 22, 2018. This notice is for informational purposes only and not a request for competitive proposals. All responsible sources may submit a capability statement, proposal, or quotation for consideration by the agency within 4 days after the publication date of this notice. The applicable NAICS code for this action is 488310. For more information, contact Richard Mateljan at richard.a.mateljan@navy.mil or Kate Petti at kate.petti@navy.mil.

    Point(s) of Contact
    richard.a.mateljan@navy.mil
    Files
    No associated files provided.
    Similar Opportunities
    FY25-FY35 Floating Dry Dock (AFDM 10) Lease Extension Modification
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command, intends to solicit a sole source lease extension modification for the Auxiliary Floating Dry Dock Medium (AFDM 10) under contract N00024-05-L-4405. This lease extension is aimed at continuing maintenance support for the dry dock, which is critical for Chief of Naval Operations (CNO) surface ship availabilities. The solicitation will be issued to Vigor Marine LLC, located in Seattle, Washington, and is intended solely for informational purposes, as the government does not plan to accept competitive proposals at this time. Interested parties may express their interest and capabilities to the primary contact, Brian Romano, at brian.c.romano.civ@us.navy.mil, or the secondary contact, Courtney Schlusser, at courtney.j.schlusser.civ@us.navy.mil.
    99--Coastal Riverine Squadron FOUR Company (CRS 4 COM) operating in Panama 19 OCT through 13 DEC 2016
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking expeditionary logistics and life support services for the Coastal Riverine Squadron FOUR Company (CRS 4 COM) operating in Panama. This service is part of a larger U.S. Southern Command (SOUTHCOM) directed mission. The service includes small boat launch and recovery services, vehicles, cellular phones, international phone cards, bottled water, personnel and equipment transportation between operating sites. The mission will take place from 19 October through 13 December 2016. The Contractor will work closely with the Contracting Officer Representative (COR) to ensure effective completion of all services. The solicitation will be available around 16 SEP 2016 and contract award no later than 07 OCT 2016.
    25--Notice for anticipated bridge contract.
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is announcing an Industry Day for a follow-on Third Party Logistics support requirement. The purpose of this Industry Day is to gather market research for the NAVSUP Fleet Logistics Center (FLC) Norfolk to make decisions regarding the acquisition strategy for Logistical Services for Facilities Management and Sustainment, Utilities, and Transportation capable of meeting the Government's demand and delivery requirements. This procurement is for services that will support the NAVFAC Mid-Atlantic Logistical services.
    Synopsis Naval Station Guantanamo Bay, Cuba Distributed Warehouse and Logistics
    Active
    Dept Of Defense
    The U.S. Navy seeks experienced vendors for distributed warehouse and logistics support at Naval Station Guantanamo Bay, Cuba. The service requirement involves providing vital material and food provisions to multiple customers, including the Naval Supply Systems Command Warehouse, Naval Hospital Warehouse, Joint Task Force Warehouse, and the U.S. Coast Guard. The contract, expected to be released around August 26, 2024, will have a base performance period through the end of 2025, with four additional one-year options. It carries a PSC code of S215 and a NAICS code of 493110, indicating a focus on warehousing and storage services. Registration on the SAM website is mandatory to access the solicitation and its updates. The successful vendor will play a crucial role in supporting military operations by ensuring the efficient distribution of supplies and provisions. This role requires a service-disabled veteran-owned small business (SDVOSB) set-aside, emphasizing the Navy's commitment to supporting veteran-led companies. Prospective vendors should carefully review the upcoming solicitation, which will outline preparation instructions, evaluation criteria, and the performance work statement. The Navy encourages vendors to frequently check the SAM website for the RFQ and any subsequent amendments. Email is the preferred method of communication for clarification requests. With a size standard of $34 million, the contract holds significant value for the selected vendor, who will be responsible for providing critical support to the U.S. military's presence in Cuba. The Navy's choice will be based on the evaluation criteria outlined in the solicitation. Vendors must ensure their applications meet all qualifications and submit them before the deadline to be considered. For any questions or further information, interested parties should contact Joseph Tolbert and Rolondo Turner via email. Their respective email addresses are provided in the opportunity overview.
    S--Forthcoming amendment for Solicitation N4008019R0303--Facilities Support Services (FSS) to be performed at White House Communications Agency (WHCA) and Marine Helicopter Squadron One (HMX-1), JBAB
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY is issuing a forthcoming amendment for Solicitation N4008019R0303 - Facilities Support Services (FSS) to be performed at White House Communications Agency (WHCA) and Marine Helicopter Squadron One (HMX-1), Joint B. This amendment will provide RFI responses and extend the proposal due date to 29 February 2019 for the solicitation. The Facilities Support Services (FSS) being procured are typically used to provide support and maintenance services for the facilities at White House Communications Agency (WHCA) and Marine Helicopter Squadron One (HMX-1), Joint B.
    Mid Deployment Voyage Repair for USS SHIP
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP FLC Sigonella Naples Office, is soliciting proposals for mid-deployment voyage repair services for the USS SHIP. This procurement aims to address essential repair and maintenance needs for naval vessels, ensuring operational readiness and safety during deployment. The services required fall under the NAICS code 336611, which pertains to ship building and repairing, and the PSC code J998, indicating non-nuclear ship repair. Interested contractors can reach out to Juan Tapia at 00390815680405 Ext: 0405 or via email at juan.c.tapia5.civ@us.navy.mil for further details. The full scope of work and requirements can be found in the attached documents.
    FUEL DELIVERY SYSTEM (FDS) OR FDS ON CHARTER/COMMERCIAL TANKER
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information from companies capable of providing a Fuel Delivery System (FDS) on commercial medium-range tankers to support U.S. Navy replenishment operations. The FDS must be designed to facilitate fuel transfer under various sea conditions and comply with Navy engineering standards, with operations anticipated to commence on February 2, 2026, and conclude by June 1, 2027. This initiative is crucial for enhancing the Navy's supply chain efficiency and operational readiness, emphasizing the importance of collaboration with qualified contractors in the maritime sector. Interested parties must submit their company information, relevant experience, and estimated costs by September 30, 2024, and can contact Jordan Schwaner or Stephanie Ricker for further details.
    R--7TH FLEET AREA OF OPERATIONS (AO) REGION 2 HUSBANDING SUPPORT SERVICES, MULTIPLE AWARD CONTRACTS (MAC) REQUIREMENT
    Active
    None
    Presolicitation Department of Defense is seeking support services for the 7th Fleet Area of Operations (AO) Region 2. The services are intended for United States Ships (USS) and United States Naval Ships (USNS) visiting commercial and military ports in Region 2 countries. The procurement will be conducted through multiple-award indefinite-delivery, indefinite-quantity (IDIQ) contracts. The contracts will have an ordering/performance period of 18 months. The solicitation is expected to be issued around September 15, 2017, and will be available for download on the Asia Navy Electronic Business Opportunities (AsiaNECO) and Federal Business Opportunities (FEDBIZOPPS) websites. Offerors must be registered in the System for Award Management (SAM) database to be eligible for award. The point of contact for this requirement is Mr. James Sinclair.
    USNS SHIP Voyage Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting proposals for voyage repair services for the USNS SHIP, as managed by the NAVSUP FLC Sigonella Naples Office. The procurement focuses on non-nuclear ship repair, which is critical for maintaining the operational readiness and safety of naval vessels. Interested contractors should note that the opportunity falls under the NAICS code 336611, and the primary contact for inquiries is Juan Tapia, reachable at 00390815680405 Ext: 0405 or via email at juan.c.tapia5.civ@us.navy.mil. Further details and specific requirements can be found in the attached documents.
    Base Operations Support (BOS) Services at Naval Station Mayport, Blount Island Command, Jacksonville FL and the Outlying Areas Supported by these Commands
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is seeking potential offerors for Base Operations Support (BOS) services at Naval Station Mayport and associated facilities in Jacksonville, Florida. The procurement aims to identify qualified businesses capable of providing a range of facilities support services, including facility management, custodial services, pest control, and utilities management, with an estimated annual contract value between $30 million and $40 million. This initiative is crucial for ensuring operational efficiency and support for military installations, and responses to the sources sought notice are due by 2:00 PM EDT on September 24, 2024. Interested parties should submit their qualifications electronically to Jennifer Doherty at jennifer.e.doherty.civ@us.navy.mil, adhering to the specified guidelines.