Search Contract Opportunities

Marine Boatyard Services and Industrial Support Lot II Follow-On MAC-IDIQ

ID: N5523625R0012 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a Sources Sought announcement in accordance with FAR 15.201 and in anticipation of a potential future procurement program. Southwest Regional Maintenance Center (SWRMC) is conducting market research to determine industry capability and interest in performing the follow-on indefinite delivery, indefinite-quantity (IDIQ) contract for marine boatyard services and industrial support for boats, crafts, lighterage, habitability barges service craft, and ancillary support equipment (brows, brow platforms, paint floats, camel separators, and loading ramps) greater than or equal to 15 meters or 50 feet in length (by Navy hull designation or Length Overall (LOA)) that can be transported via roadway by a trailer or must be delivered on its bottom (via waterway) and for boats, craft, lighterage or service craft less than 15 meters or 50 feet in length (by Navy hull designation or (LOA)), that must be delivered on its bottom (via waterway) (as defined by the Government in the Delivery Order). This requirement also includes work on boats, craft, lighterage, service craft, and ancillary support equipment greater than or equal to 15 meters or 50 feet in length up to 260 feet in length (by Navy hull designation or (LOA)) outside the contractor's boatyard locally. See draft statement of work (SOW), Enclosure (1), check items pertaining to Lot II. The Contractor shall furnish all management, material support services, labor, supplies, equipment, and facilities required to accomplish the work in the draft Statement of Work.

SWRMC is especially interested in determining small business capability and interest.

The anticipated request for proposal (RFP) release date is on or around May 14, 2025 (subject to change).

SWRMC is contemplating award of a multiple award IDIQ firm-fixed price (FFP) contract for the requirement specified in the attached draft SOW. The applicable NAICS code is 336611 Ship Building and Repairing.

What/Where to submit: Interested companies should submit on company letterhead a notice of interest, including the name, telephone number, mailing address and e-mail address of one point of contact. Please scan your letter of interest and email to Contract Specialist: Alondra Moreno at alondra.moreno3.civ@us.navy.mil and Natalie Arenz at natalie.m.arenz.civ@us.navy.mil as backup Contract Specialist, and Contracting Officer, Kristin Porter, at kristin.n.porter2.civ@us.navy.mil with MARINE BOATYARD SERVICES LOT II FOLLOW-ON SOURCES SOUGHT NOTICE in the subject field and hand or digitally sign your letter of interest. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in Enclosure (1), and answers to the following specific questions. Please limit your response to no more than 5 pages:

  1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,300 or less employees)? If small business please specify (small, 8(a), women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned) [ more than one category may be selected as applicable].
  2. How many employees does your company have?
  3. Does your company have a website? If so, what is your company's website address?
  4. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance.
  5. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be procured or services to be performed by the prospective contractor and subcontractors)?
  6. Given the complexity of the work described in this announcement, please describe your company's historical experience completing work on similar boats, craft lighterage, service craft, or ancillary support equipment greater than or equal to 15 meters or 50 feet in length, less than 15 meters or 50 feet in length, and greater than or equal to 15 meters or 50 feet in length up to 260 feet in length described in Enclosure (1), or briefly describe how your company would be capable of meeting these requirements as a contract award.
  7. Does your company own or have access to a dockside slip located with a 125 mile radius of 32nd Street, Naval Base San Diego, CA, that can accomplish the following-- (i) Dockside slip capable of docking (1) 78-foot length patrol boat/craft with 21-foot beam, two (2) 135' Landing Craft Utility (470,000 lbs each) simultaneously, 10' draft, and a 199' YON (barge, fuel oil non self-propelled) with 54-foot beam and 12-foot draft; and a Berthing Barge up to 260-feet in length with a beam up to 68-feet?
  8. Based on the draft Statement of Work (SOW) in this announcement (Enclosure (1)), does your company plan to submit a proposal in response to the anticipated solicitation for the MARINE BOATYARD SERVICES LOT II FOLLOW-ON REQUIREMENT?

Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. All information shall be provided free of charge to the Government. SWRMC may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. This Sources Sought announcement is released in accordance with FAR 15.201. This Sources Sought announcement is not a request for proposal. The purpose of this Sources Sought announcement is to gather information from the marketplace. Information provided in response to this Sources Sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract.

No Telephone inquiries will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time.

When to submit: Responses are requested no later than 1400 local time, San Diego, CA on April 07, 2025.

Notice Regarding Source Sought: Please note that this Sources Sought is for information purposes and to identify potential sources. This notice does not constitute a Request for Proposal (RFP) and is not to be construed as a commitment by the Government of any kind.

Other: The Government will not pay for any effort expended for any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided. Future information, if any, will be posted at the website SAM.gov.

Background
The Southwest Regional Maintenance Center (SWRMC) is conducting market research to assess industry capability and interest in a potential follow-on indefinite delivery, indefinite-quantity (IDIQ) contract for marine boatyard services and industrial support.

This contract aims to support boats, crafts, lighterage, habitability barges, and ancillary support equipment that are either greater than or equal to 15 meters (50 feet) in length or less than 15 meters (50 feet) in length. The services are essential for maintaining the operational readiness of the Navy's fleet.

Work Details
The contractor will be responsible for providing all management, material support services, labor, supplies, equipment, and facilities necessary to accomplish the work outlined in the draft Statement of Work (SOW). Key tasks include:
1. Conducting ship checks and discussing corrective actions to determine the full scope of work required prior to final approval of the Corrective Action Report (CFR).
2. Complying with NAVSEA Standard Items (NSIs) and other referenced documents for all work performed.
3. Ensuring facilities meet specific security and operational requirements within a 125-mile radius of Naval Base San Diego.
4. Providing various services including electrical, fuel, fresh water, sewage disposal, and compressed air services.
5. Performing a range of repair tasks such as shipfitting, welding, pipefitting, electrical work, electronics repair, woodworking, rigging, and painting.
6. Submitting reports on production schedules and environmental compliance as required by the contract.

Place of Performance
The contract will be performed within a 125-mile radius of 32nd Street, Naval Base San Diego, CA.

Overview

Response Deadline
April 7, 2025, 5:00 p.m. EDT Past Due
Posted
March 21, 2025, 7:48 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
San Diego, CA 92136 United States
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
77%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
95% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 3/21/25 Southwest Regional Maintenance Center issued Sources Sought N5523625R0012 for Marine Boatyard Services and Industrial Support Lot II Follow-On MAC-IDIQ due 4/7/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336611 (SBA Size Standard 1300 Employees) and PSC J999.
Primary Contact
Name
Alondra Moreno   Profile
Phone
(619) 908-9724

Secondary Contact

Name
Natalie Arenz   Profile
Phone
(619) 548-5309

Additional Contacts in Documents

Title Name Email Phone
Contracting Officer Kristin Porter Profile kristin.n.porter2.civ@us.navy.mil None

Documents

Posted documents for Sources Sought N5523625R0012

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought N5523625R0012

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N5523625R0012

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N5523625R0012

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > REGIONAL MAINTENANCE CENTER > SOUTHWEST REGIONAL MAINT CENTER
FPDS Organization Code
1700-N55236
Source Organization Code
100201833
Last Updated
May 31, 2025
Last Updated By
alondra.moreno3.civ@us.navy.mil
Archive Date
May 30, 2025