Skip to main content

An official website of the United States government

You have 2 new alerts

USS BATAAN (LHD 5) FY24 Docking Selected Restricted Availability (DSRA)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Jun 14, 2023 01:59 pm EDT
  • Original Response Date: Jun 29, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 14, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J998 - NON-NUCLEAR SHIP REPAIR (EAST)
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    USA

Description

The Naval Sea Systems Command (NAVSEA) intends to issue solicitation N00024-23-R-4418 for the execution of the USS BATAAN (LHD 5) FY24 Docking Selected Restricted Availability (DSRA) availability.  Upon a contractor’s completion of this Chief of Naval Operations (CNO) Availability, the ship shall be capable of carrying out its respective mission with a reasonable expectation of maintaining a satisfactory condition of readiness until the next CNO-scheduled depot Availability. 

FY24 USS BATAAN (LHD 5) DSRA will be approximately 22 months, beginning in April 2024 and completing in February 2026.

If the Navy issues a solicitation for this CNO Availability, the Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy Marine Corps Acquisition Regulation Supplement (NMCARS) will guide the acquisition. The anticipated contract, like all other CNO-scheduled depot Availabilities, is a supply contract. The supply that would be procured is repaired, mission-ready ship, which shall be returned to service with the Fleet.

The anticipated scope of the procurement includes all labor, supervision, production, testing, and quality assurance necessary to prepare for and accomplish this CNO Availability. This CNO Availability is expected to require a highly capable contractor with substantial human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair, and modernization.

The Competition in Contracting Act (CICA) requires that full and open competition be used to the maximum extent practicable. 10 USC 8669a allows for the limitation of competition for “short term” Availabilities (10 months or less) to the homeport, provided there is adequate competition. Given that this Availability will be greater than 10 months in duration, the Navy would compete the acquisition on a coast–wide basis (East), without limiting the place of performance to the ship’s homeport.

The Navy will issue the solicitation electronically on www.Sam.gov and interested parties must comply with that solicitation. Interested offerors are hereby encouraged to monitor www.Sam.gov for the anticipated release of the solicitation, and any associated amendments. Offerors shall be registered in System for Award Management (SAM) to be eligible for award. 

This synopsis is issued in accordance with FAR 5.203(a) and shall not be construed as a commitment by the Government to issue a solicitation or award a contract. The Government will not accept proposals as a result of this synopsis. The Government will not reimburse respondents for any questions submitted or information provided in response to this notice.  

The Government anticipates issuing a Firm-Fixed Price solicitation in July 2023.

In response to a resulting solicitation, all responsible sources may submit a proposal, which shall be considered by the Navy.

Contact Information

Contracting Office Address

  • 1333 ISAAC HULL AVE SE
  • WASHINGTON NAVY YARD , DC 20376-5000
  • USA

Primary Point of Contact

Secondary Point of Contact

History