Skip to main content

An official website of the United States government

You have 2 new alerts

HRMC Indefinite Delivery Indefinite Quantity-Multiple Award Contracts (IDIQ-MACs) for Emergent Maintenance, Continuous Maintenance, and Short-Term Chief of Naval Operations (CNO) Availabilities on Surface Ships homeported in or

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: Mar 15, 2023 02:49 pm EDT
  • Original Response Date: May 14, 2023 11:59 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    HI
    USA

Description

The Naval Sea Systems Command (NAVSEA) is issuing solicitation N0002423R4437 for the award of the Hawaii Regional Maintenance Center (HRMC) Indefinite Delivery Indefinite Quantity-Multiple Award Contracts (IDIQ-MACs) for Emergent Maintenance (EM), Continuous Maintenance (CM), and short-term (10 months or less in duration) Chief of Naval Operations (CNO) scheduled availabilities. This solicitation is for the procurement of maintenance, repair and modernization of non-nuclear surface ships (including DDGs, CGs, LCSs, LPDs, LSDs, LHAs, LHDs, PCs, MCMs, and FFGs) and may result in multiple contracts. Each contract will include five (5) one-year ordering periods. This solicitation is for a Firm Fixed Price type, supply contract with incidental service elements. The supply being procured is the repaired, mission-ready vessel, which is returned to service within the Fleet.

The requirement includes docking and non-docking CNO scheduled availabilities less than 10 months in production duration, CM, and EM ship availabilities that may include work on shipboard critical systems on vessels homeported in or visiting Pearl Harbor, HI.

The Availability requirements are structured into two categories: Critical and Non-Critical.

  • Critical (Lot 1) - EM/CM includes work on critical systems. Lot 1 also includes short-term CNO availabilities.  Due to the nature of critical systems and the likelihood of urgent requirements with critical EM, the Government will require contractors with the capability and capacity to respond immediately to critical technical requirements. This lot will be full and open competition.
  • Non-Critical (Lot 2) - EM/CM does not include work on critical systems, but will include systems and equipment requiring work certification.  The scope of non-critical contract actions is expected to require less contractor capabilities, both in human resources and facilities.  This lot will be a small business set-aside. 

The solicitation will be issued electronically via System for Award Management (SAM) at http://sam.gov and interested parties must comply with that announcement. Interested offerors should monitor the SAM.gov page for any applicable amendments to this solicitation.  Offerors must be registered in the System for Award Management (SAM) in order to participate in this procurement at https://www.sam.gov/portal/public/SAM/. All responsible sources may submit a proposal in response to the solicitation, which shall be considered by the agency.  SAM.gov is the single point of entry for posting of the synopsis and solicitations to the internet.

This pre-solicitation notice is for information purposes only and shall not be construed as a commitment by the Government to solicit contractual offers or award of contracts. The Government is not soliciting, nor will it accept proposals as a result of this synopsis. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. The solicitation is forthcoming.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History