Search Contract Opportunities

FY25 USS JOHN S MCCAIN (DDG 56) Docking Selected Restricted Availability (DSRA)   3

ID: N0002424R4407 • Type: Solicitation

Description

Posted: May 30, 2024, 2:19 p.m. EDT
The Purpose of Amendment A0010 to the solicitation document is to: (1) Section J: Update S-7 Attachment. Document requests can be made by contacting the Contract Specialist, Kekoa Erber, at kekoa.c.erber.civ@us.navy.mil and the Contracting Officer, CDR Jonathan Pagnucco, at jonathan.p.pagnucco.mil@us.navy.mil. The Purpose of Amendment A0009 to the solicitation document is to: (1) Section A: Extend Proposal Deadline to 03 June 2024; (2) Section L: II.A.1. Update to reflect updated proposal deadline of 03 June 2024; (3) Section L: II.A.1.a. Update to reflect updated proposal deadline of 03 June 2024 and update proposal valid date to 20 December 2024; (4) Section L: II, 7. Updated submission language. Document requests can be made by contacting the Contract Specialist, Kekoa Erber, at kekoa.c.erber.civ@us.navy.mil and the Contracting Officer, CDR Jonathan Pagnucco, at jonathan.p.pagnucco.mil@us.navy.mil. The Purpose of Amendment A0008 to the solicitation document is to: (1) Section J: Update J-4 Attachment. Document requests can be made by contacting the Contract Specialist, Kekoa Erber, at kekoa.c.erber.civ@us.navy.mil and the Contracting Officer, CDR Jonathan Pagnucco, at jonathan.p.pagnucco.mil@us.navy.mil. The Purpose of Amendment A0007 to the solicitation document is to: (1) Section J: Update J-3 Attachment; and (2) Section J: Update J-4 Attachment. Document requests can be made by contacting the Contract Specialist, Kekoa Erber, at kekoa.c.erber.civ@us.navy.mil and the Contracting Officer, CDR Jonathan Pagnucco, at jonathan.p.pagnucco.mil@us.navy.mil. The Purpose of Amendment A0006 to the solicitation document is to: (1) Section J: Release ERRATA 5; (2) Section J: Update J-3 Attachment; (3) Section J: Update J-4 Attachment; and (4) Respond to industry questions regarding the solicitation. Document requests can be made by contacting the Contract Specialist, Kekoa Erber, at kekoa.c.erber.civ@us.navy.mil and the Contracting Officer, CDR Jonathan Pagnucco, at jonathan.p.pagnucco.mil@us.navy.mil. The Purpose of Amendment A0005 to the solicitation document is to: (1) Section B: Note A, 8. Update paragraph reference to Section C, paragraph 1.14; (2) Section C: 5.5. Updated Fukushima Fallout Awareness Information language; (3) Section C: Added C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (NAVSEA) (OCT 2018); (4) Section C: Added C-217-H001 PROVISIONED ITEMS ORDERS--BASIC (NAVSEA) (OCT 2018) ; (5) Section C: Added C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018); (6) Section J: Release ERRATA 4; (7) Section J: Update J-3 Attachment; (8) Section J: Update J-4 Attachment; (9) Section L: II. B. 1. Updated Directions for Electronic Submission of Proposals; (10) Section M: III. A. 6. Removed NSI 009-72 Reduction; and (11) Respond to industry questions regarding the solicitation. Document requests can be made by contacting the Contract Specialist, Kekoa Erber, at kekoa.c.erber.civ@us.navy.mil and the Contracting Officer, CDR Jonathan Pagnucco, at jonathan.p.pagnucco.mil@us.navy.mil. The Purpose of Amendment A0004 to the solicitation document is to: (1) Section A: Extend Proposal Deadline to 28 May 2024; (2) Section L: A.1. Update to reflect updated proposal deadline of 28 May 2024; (3) Section L: A.1.a. Update to reflect updated proposal deadline of 28 May 2024 and update proposal valid date to 14 December 2024; (4) Section L: III. A. 1. Extend sister ship check to 30 April 2024; (5) Section L: I. D. Add Set 5 of Bidders Questions Due 1 May 2024; and (6) Respond to industry questions regarding the solicitation. The Purpose of Amendment A0003 to the solicitation document is to: (1) Section J: Release ERRATA 3; (2) Section J: Update Attachment J-3; (3) Section J: Update Attachment J-8; and (4) Respond to industry questions regarding the solicitation. Document requests can be made by contacting the Contract Specialist, Kekoa Erber, at kekoa.c.erber.civ@us.navy.mil and the Contracting Officer, CDR Jonathan Pagnucco, at jonathan.p.pagnucco.mil@us.navy.mil. The Purpose of Amendment A0002 to the solicitation document is to: (1) Section I: Add DFARS 252.245-7005; (2) Section I: Remove 252.245-7001; (3) Section I: Remove 252.245-7002; (4) Section I: Remove 252.245-7004; (5)Section I: Remove 252.211-7007; (6) Section L, V, A, 6, a: Updated Inter-port Differential (IPD) for San Diego, CA and Portland, OR; and; (7) Section J: Release ERRATA 2. Document requests can be made by contacting the Contract Specialist, Kekoa Erber, at kekoa.c.erber.civ@us.navy.mil and the Contracting Officer, CDR Jonathan Pagnucco, at jonathan.p.pagnucco.mil@us.navy.mil. The Purpose of Amendment A0001 to the solicitation document is to: 1) Under Section L, III., A, 1, extend Sister Ship check date to 17 April 2024; 2) Under Section L, Removed 52.215-1 Alt 1; 3) Under Section L, Added 52.215-1; 4) Under Section J, Updated Attachment J-3; 5) Respond to industry questions regarding the solicitation. Document requests can be made by contacting the Contract Specialist, Kekoa Erber, at kekoa.c.erber.civ@us.navy.mil and the Contracting Officer, CDR Jonathan Pagnucco, at jonathan.p.pagnucco.mil@us.navy.mil. USS JOHN S MCCAIN (DDG 56) FY25 Docking Selected Restricted Availability (DSRA). The Naval Sea Systems Command (NAVSEA) issues solicitation N00024-24-R-4407 for the execution of the FY25 USS JOHN S MCCAIN (DDG 56) DSRA. This availability includes a combination of maintenance, modernization, and repair, and will require a highly capable contractor with substantial facilities, to include capable pier (for the applicable ship class) as well as human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair and modernization. This availability is solicited on a coast-wide basis on the West Coast under a single solicitation, and a single contract to complete this availability is expected to be awarded to one contractor. Based on the complexity, magnitude and duration of the requirement, the Governments market research indicates there are not two or more small business concerns capable of competing for these requirements and therefore this procurement will not be set-aside for small business (FAR 19.502-2(b)).This solicitation is issued electronically via PIEE and interested parties must comply with this announcement. Interested offerors should monitor the PIEE/SAM.gov page for the release of the solicitation and any applicable amendments, thereafter. Offerors must be registered in the System for Award Management (SAM) in order to participate in this procurement at https://www.sam.gov. SAM.gov is the single point of entry for posting of synopses and solicitations to the internet. All responsible sources may submit a proposal, which shall be considered by the agency. This posting does not include all relevant J attachments. Potential offerors will need to request access to Attachment J-1 (JSM 5C1 DSRA TPPC-DDG56-NWRMC24-CN01) inclusive of ERRATA #1, Attachment J-3 (Execution Milestones and Key Event Dates), Attachment J-4 (Pricing Workbook), Attachment J-9 (Compartment Closeout), and Attachment S-5 (Enclosure 1) by providing a written request to the Contract Specialist, Kekoa Erber, at kekoa.c.erber.civ@us.navy.mil and the Contracting Officer, CDR Jonathan Pagnucco, at jonathan.p.pagnucco.mil@us.navy.mil. Include your companys SAM Unique Entity Identifier (UEI) number with the request so that contractor status can be confirmed in the System for Award Management. These attachments will be transmitted via DoD SAFE. In order to receive access to Attachment J-2 (Work Item Plans, Drawings and Other References), provide a written request to the Contract Specialists and the Contracting Officer listed above for additional guidance. Include your company SAM Unique Entity Identifier (UEI) number with the request so that contractor status can be confirmed in the System for Award Management. In addition, there are references that contain limiting distribution statements and will not be disseminated from the Contract Specialist. In these instances, Offerors must contact the Northwest Regional Maintenance Center (NWRMC) Technical Librarian to arrange access. Please send requests to the Contract Specialist and Contracting Officer to receive NWRMC Technical Library contact information. The Government anticipates making a single award on or around September 2024.USS JOHN S MCCAIN (DDG 56) FY24 DSRA will begin in February 2025 with an expected completion in November 2025.Place of Performance: West Coast, USA
Posted: May 23, 2024, 5:00 p.m. EDT
Posted: May 22, 2024, 5:16 p.m. EDT
Posted: May 20, 2024, 6:34 p.m. EDT
Posted: May 17, 2024, 11:33 a.m. EDT
Posted: May 7, 2024, 5:59 p.m. EDT
Posted: April 24, 2024, 10:29 a.m. EDT
Posted: April 18, 2024, 7:27 p.m. EDT
Posted: April 12, 2024, 4:00 p.m. EDT
Posted: April 5, 2024, 12:55 p.m. EDT
Posted: March 13, 2024, 6:44 p.m. EDT
Background
The Naval Sea Systems Command (NAVSEA) issues solicitation N00024-24-R-4407 for the execution of the FY25 USS JOHN S MCCAIN (DDG 56) DSRA. This availability includes a combination of maintenance, modernization, and repair, and will require a highly capable contractor with substantial facilities, to include capable pier (for the applicable ship class) as well as human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair and modernization. This availability is solicited on a coast-wide basis on the West Coast under a single solicitation, and a single contract to complete this availability is expected to be awarded to one contractor. Based on the complexity, magnitude and duration of the requirement, the Governments market research indicates there are not two or more small business concerns capable of competing for these requirements and therefore this procurement will not be set-aside for small business.

Work Details
The solicitation includes detailed work items such as Planning: Availability Preparation, Advance Material Procurement, Contracts Data Requirements Lists (CDRLs), TYCOM items, Berthing Habitability Project, Personnel Berthing Barge Support, AWS Video Distribution System Upgrade, Harpoon Weapon System Removal, Magazine Fire Detection System Replacement, Standardized Pierside Maintenance and Repair (SPMR), Alteration Installation Team (AIT) Support Service, ShipAlt installations and upgrades.

Period of Performance
The USS JOHN S MCCAIN (DDG 56) FY24 DSRA will begin in February 2025 with an expected completion in November 2025.

Place of Performance
West Coast, USA

Overview

Response Deadline
June 3, 2024, 2:00 p.m. EDT (original: May 13, 2024, 2:00 p.m. EDT) Past Due
Posted
March 13, 2024, 6:44 p.m. EDT (updated: May 30, 2024, 2:19 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000,000 - $150,000,000 (AI estimate)
On 3/13/24 Naval Sea Systems Command issued Solicitation N0002424R4407 for FY25 USS JOHN S MCCAIN (DDG 56) Docking Selected Restricted Availability (DSRA) due 6/3/24. The opportunity was issued full & open with NAICS 336611 and PSC J999.
Primary Contact
Name
KEKOA ERBER   Profile
Phone
(202) 781-0771

Secondary Contact

Name
Brian Romano   Profile
Phone
(202) 781-5282

Documents

Posted documents for Solicitation N0002424R4407

Opportunity Lifecycle

Procurement notices related to Solicitation N0002424R4407

Incumbent or Similar Awards

Contracts Similar to Solicitation N0002424R4407

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N0002424R4407

Similar Active Opportunities

Open contract opportunities similar to Solicitation N0002424R4407

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA HQ > NAVSEA HQ
FPDS Organization Code
1700-N00024
Source Organization Code
100076491
Last Updated
May 30, 2024
Last Updated By
kekoa.c.erber.civ@us.navy.mil
Archive Date
May 30, 2025