Search Contract Opportunities

Uss Pearl Harbor (LSD 52) FY26 DSRA and Uss O’Kane (DDG 77) FY26 DSRA   5

ID: N0002425R4406 • Type: Sources Sought • Match:  100%
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 DFARS 210.001 and in anticipation of a potential future procurement. The Naval Sea Systems Command (NAVSEA) is conducting market research to determine industry capability and interest in performing FY26 Docking Selected Restricted Availability (DSRA) Chief of Naval Operations (CNO) availabilities on the USS Pearl Harbor (LSD 52) and USS O'Kane (DDG 77) under a single Coastwide (West Coast) solicitation. NAVSEA is especially focused on determining small business capability and interest.

The Government is seeking responses from sources that can perform dry-dock and pier-side maintenance, repair, and alterations anticipated to be:

  • USS Pearl Harbor (LSD 52) FY26 DSRA: 07 DEC 2025 08 JUN 2027 (subject to change)
  • USS O'Kane (DDG 77) FY26 DSRA: 05 JAN 2026 01 JAN 2027 (subject to change)

The anticipated RFP release date for these CNO Availabilities is in January 2025 (Planned availability and RFP dates are subject to change).

The Government has provided an outline of some of the work anticipated to be completed under the expected FY26 DSRAs as enclosures to this sources sought document (see Enclosure (1) and Enclosure (2)). The anticipated contract type will be firm-fixed price.

What/Where to Submit:

I. Companies that already possess a current NAVSEA certified Master Ship Repair Agreement (MSRA) and Agreement for Boat Repair (ABR) 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 to Commander, Naval Sea Systems Command, Attn: Courtney Schlusser, SEA 0244. Please send your letter of interest and email it to the Contracting Officer, Courtney Schlusser, SEA 0244, courtney.j.schlusser.civ@us.navy.mil, and the Contract Specialist, Meghan Walsh, SEA 0244 at meghan.k.walsh4.civ@us.navy.mil with USS Pearl Harbor (LSD 52) FY26 DSRA / USS O'Kane (DDG 77) FY26 DSRA Sources Sought Response in the subject field and hand or digitally sign your letter of interest. The notice of interest should include the following information:

1. The Name, CAGE, and SAM Unique Entity Identifier (UEI) number of company that intends to submit the proposal,

2. Indicate an interest in submitting a proposal for solicitation N0002425R4406.

II. Companies that do not already possess a NAVSEA certified Master Ship Repair Agreement (MSRA) and Agreement for Boat Repair (ABR) 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 to Commander, Naval Sea Systems Command, Attn: Courtney Schlusser, SEA 0244. Please email your letter of interest to the Contracting Officer, Courtney Schlusser, courtney.j.schlusser.civ@us.navy.mil, and the Contract Specialist, Meghan Walsh, SEA 0244 at meghan.k.walsh4.civ@us.navy.mil with USS Pearl Harbor (LSD 52) FY26 DSRA / USS O'Kane (DDG 77) FY26 DSRA Sources Sought Response 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 Enclosure (2), and answers to the following specific questions. Please limit your response to no more than five (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 1,250 or less employees)?

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 access to a dry-dock capable of docking and a pier capable of berthing USS Pearl Harbor (LSD 52) and USS O'Kane (DDG 77)?

5. 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.

6. 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 produced or services to be performed by your company and prospective subcontractors)? In addition to the previous question, please answer the following sub-questions:

a. Does your company plan on obtaining a NAVSEA Master Ship Repair Agreement (MSRA)?

b. Does your company plan on obtaining a NAVSEA Agreement for Boat Repair (ABR)?

7. Given the complexity of the work described in this announcement, including Enclosure (1) and Enclosure (2), please describe your company's historical experience completing work on similar systems at a similar complexity on the critical systems outlined in Enclosure (1) and Enclosure (2), or briefly describe how your company would be capable of meeting these requirements as of contract award.

8. Given the complexity and size of the work described in this announcement (Enclosure (1) and Enclosure (2)), does your company plan to submit proposals in response to the anticipated solicitation for the USS Pearl Harbor (LSD 52) and USS O'Kane (DDG 77) FY26 DSRAs?

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. NAVSEA 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 market place. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and will not 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 4PM Local Time, Washington D.C. on 12/23/2024.

Notice Regarding Sources Sought: Please note that this sources sought is for information purposes and to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal and shall not be construed as a commitment by the Government of any kind.

Other: The Government will not pay for any effort expended or 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 SAM.gov.

Contracting Officer Address:

Naval Sea Systems Command

1333 Isaac Hull Ave SE

Washington Navy Yard, DC 20376

Point of Contact:

Courtney Schlusser, SEA 0244 Contracting Officer, courtney.j.schlusser.civ@us.navy.mil

Meghan Walsh, SEA 0244 Contract Specialist, meghan.k.walsh4.civ@us.navy.mil

Background
The Naval Sea Systems Command (NAVSEA) is conducting market research to determine industry capability and interest in performing FY26 Docking Selected Restricted Availability (DSRA) Chief of Naval Operations (CNO) availabilities on the USS Pearl Harbor (LSD 52) and USS O’Kane (DDG 77).

This sources sought announcement aims to gather information from the market place, particularly focusing on small business capability and interest. The anticipated contract type will be firm-fixed price.

Work Details
The work anticipated under the expected FY26 DSRAs includes dry-dock and pier-side maintenance, repair, and alterations. Specific tasks include:
- Maintenance of hull structure, including tank preservation and structural repairs.
- Repairs/modifications to hull structure, bulkheads, decks, and platforms.
- Condition-based repair/replacement of watertight doors, hatches, and scuttles.
- Main propulsion diesel engine repairs, clutch and coupling repairs, main reduction gear repairs, cooling sea water system repair, line shaft bearing repairs.
- Condition-based repair of electrical power distribution systems and ship's service diesel engine/generator.
- General equipment foundation modifications and degaussing repairs.
- Condition-based repair of ventilation fans, air conditioning systems, pumps for various water systems, hydraulic systems, ballast/de-ballast systems, cranes, davits, etc.
- Preservation of exterior/interior structures and replacement of windows/hatches/doors as needed.
- Repair of cargo/weapons elevator and MK-46 gun systems. Key trades involved include structural welding, cabling pulling, piping, electrical work, ventilation work as needed.

Period of Performance
The period of performance for the USS Pearl Harbor (LSD 52) FY26 DSRA is from December 7, 2025 to June 8, 2027; for the USS O’Kane (DDG 77) FY26 DSRA it is from January 5, 2026 to January 1, 2027.

Place of Performance
The contract will be performed on the West Coast.

Overview

Response Deadline
Dec. 23, 2024, 4:00 p.m. EST Past Due
Posted
Dec. 6, 2024, 12:18 p.m. EST
Set Aside
None
Place of Performance
United States
Source

Current SBA Size Standard
1300 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
54%
On 12/6/24 Naval Sea Systems Command issued Sources Sought N0002425R4406 for Uss Pearl Harbor (LSD 52) FY26 DSRA and Uss O’Kane (DDG 77) FY26 DSRA due 12/23/24. The opportunity was issued full & open with NAICS 336611 and PSC J999.
Primary Contact
Name
COURTNEY SCHLUSSER   Profile
Phone
(202) 781-3399

Secondary Contact

Name
Meghan Walsh   Profile
Phone
(202) 781-1763

Documents

Posted documents for Sources Sought N0002425R4406

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought N0002425R4406

Award Notifications

Agency published notification of awards for Sources Sought N0002425R4406

Contract Awards

Prime contracts awarded through Sources Sought N0002425R4406

Incumbent or Similar Awards

Contracts Similar to Sources Sought N0002425R4406

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N0002425R4406

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N0002425R4406

Experts for Uss Pearl Harbor (LSD 52) FY26 DSRA and Uss O’Kane (DDG 77) FY26 DSRA

Recommended experts avaliable for hire

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
Jan. 7, 2025
Last Updated By
courtney.schlusser@navy.mil
Archive Date
Jan. 7, 2025