Skip to main content

An official website of the United States government

You have 2 new alerts

ARCO (ARDM-5); FY-25 Service Craft Overhaul (SCO)

info alert

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

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Oct 31, 2024 11:00 am PDT
  • Original Response Date: Dec 02, 2024 02:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 16, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J999 - NON-NUCLEAR SHIP REPAIR (WEST)
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:

Description

The Southwest Regional Maintenance Center (SWRMC) intends to issue Request for Proposal (RFP) No. N55236-24-R-0003 for the execution of the Service Craft Overhaul (SCO) requirements on the ARCO (ARDM-5) Class Medium Auxiliary Repair Dry Dock. Upon completion of this SCO Availability, the Dry Dock shall be capable of carrying out its respective mission with the expectation of maintaining a satisfactory condition of readiness until the next SCO Availability. The SCO on the ARCO (ARDM-5) Class Medium Auxiliary Repair Dry Dock is anticipated to take approximately six (6) months beginning in May 2025 through October 2025. The SCO shall be performed pier side at Naval Submarine Base Point Loma. The Government anticipates awarding this effort as a supply contract whereas the supply equates to the procurement of a repaired, mission-ready Dry Dock to be returned to service to the Fleet. The anticipated scope of work includes all labor, supervision, production, testing and quality assurance necessary to prepare for and accomplish this SCO. This SCO shall require a highly capable contractor that possesses a current Agreement for Boat Repair (ABR) and must have the human resources capable of completing, coordinating and integrating multiple areas of maintenance, repair and modernization. All west coast area sources who currently hold an ABR under DFARS Subpart 217.71, or are qualified for and willing to enter an agreement, shall be considered by this agency. Firms which do not possess an ABR are ineligible for award unless adequate time exists to permit the Navy to perform an assessment of the ABR application without impacting the vessels availability dates. The successful offeror will be required to have a SWRMC approved Quality System (IAW NAVSEA Standard Item 009-004), approved and in place at time of contract award. This posting does not include all relevant RFP Section J Attachments. Potential offerors will need to request access to the Attachment J-1 (Specification Package SSSD 501-25), Attachment J-2 (Pricing Workbook), and Attachment J-3 (Milestones/Key Events), by providing a written request to the Contract Specialist, Natalie Arenz, at natalie.m.arenz.civ@us.navy.mil, Contracts Specialist Alondra Moreno at alondra.moreno3.civ@us.navy.mil and the Contracting Officer, Kristin Porter, at kristin.n.porter2.civ@us.navy.mil. Include your companies 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 or email. In addition, there are references on CD-ROM that contain limiting distribution statements and will be disseminated by the SWRMC Contract Specialists. Please send requests for the CD-ROM with references to the assigned contract specialists. The Government anticipates making one award on or around February 28, 2025.

Contact Information

Contracting Office Address

  • 3755 BRINSER STREET SUITE 1
  • SAN DIEGO , CA 92136-5205
  • USA

Primary Point of Contact

Secondary Point of Contact





History