Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2025 SAM #8679
SOURCES SOUGHT

J -- USS THOMAS HUDNER (DDG 116) Dry-Docking Selected Restricted Availability (DSRA)

Notice Date
8/29/2025 11:10:07 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SOUTHEAST REGIONAL MAINT CENTER MAYPORT FL 32228-0057 USA
 
ZIP Code
32228-0057
 
Solicitation Number
N40027-26-R-0004
 
Response Due
9/12/2025 9:00:00 AM
 
Archive Date
09/27/2025
 
Point of Contact
Tara Ford, Phone: 9042705122, Safire Pe�a, Phone: 9042705126
 
E-Mail Address
tara.v.ford.civ@us.navy.mil, safire.m.pena.civ@us.navy.mil
(tara.v.ford.civ@us.navy.mil, safire.m.pena.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Sources Sought Notice USS THOMAS HUDNER (DDG 116) Dry-Docking Selected Restricted Availability (DSRA) Anticipated Solicitation Number: N40027-26-R-0004 Agency: Department of the Navy Office: Southeast Regional Maintenance Center (SERMC) Location: IAW with 10 USC 8669a, and associated Department of Navy ship depot maintenance policy, the Department of the Navy is seeking expressions of interest in accomplishing the USS THOMAS HUDNER (DDG 116) DSRA with place of performance within a 250-mile area concentrically to Naval Station Mayport, Jacksonville, FL, expanding to locations within 500 miles concentrically to Naval Station Mayport, until expressions of interest from two or more qualified offerors, as determined by the procuring Contracting Officer, are received. This is a Sources Sought announcement issued in accordance with FAR 15.201 and in anticipation of a potential future procurement program. The Southeast Regional Maintenance Center (SERMC) is conducting market research to determine industry capability and interest in performing the FY26 Dry-Docking Selected Restricted Availability (DSRA) Chief of Naval Operations (CNO) availability for USS THOMAS HUDNER (DDG 116) within 500 miles of the Jacksonville, Florida homeport area in accordance with 10 USC 8669a. The Government is only interested in responses from sources with the capability to perform dry-docking and pier-side maintenance, repair, and modernization for an Arleigh Burke-class Guided Missile Destroyer (DDG), using a MIL-STD-1625D (SH) NAVSEA-certified drydock. This DSRA is currently scheduled to begin 26 June 2026 and complete 31 May 2027 (347 days). Background: This availability will be a Firm-Fixed-Price (FFP) contract under the cognizance of SERMC. The DSRA is anticipated to include: Complete Underwater Hull Preservation Super Structure Painting Incline experiment Structural welding and fabrication (aluminum and steel) Multiple ship alterations (Ship Alts) Multiple tank preservation and repairs Full support for AIT integration, Contractor Furnished Material (CFM) ordering and storage, and Government Furnished Material (GFM) Compliance with an Arleigh Burke-class Guided Missile Destroyer (DDG) aluminum welding requirements per applicable NAVSEA standards What/Where to Submit Interested companies should submit a letter of interest on company letterhead including: Company name, address, Unique Entity Identifier (UEI), and CAGE code Primary point of contact: name, email, and phone number Business size/status under NAICS 336611 (a small business must have 1,300 or fewer employees) A written response to the following: 1. Does your company hold or a currently seeking a NAVSEA Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR)? If you are seeking an agreement, state when you have submitted the application. 2. Do you have access to a dry dock, certified in accordance with MIL-STD-1625D (SH) at the time of award through the performance period, and pier space capable of accommodating an Arleigh Burke-class Guided Missile Destroyer (DDG) class ship with services and space requirements, e.g., security, Ships Force parking, office spaces, etc. Provide a description of the pier, dock and its location. 3. What is your corporate experience performing DDG availabilities or comparable US Navy work within the past 3 years? Summarize. 4. Are you capable of ordering and storing CFM and supporting and integrating in accordance with NSI 009-60 AIT production work within the production schedule? 5. Does your company plan to submit a proposal in response to the anticipated solicitation? If you intend to submit a proposal as part of a joint venture or teaming agreement, so state. 6. Does your company have or are you planning on obtaining any other commercial or Government ship repair commitments during this time frame that would require you to hire more employees in order to complete the availability on schedule? If so, identify those commitments. 7. Does your facility support a crew berthing barge Navy YRBM class mooring adjacent to the work area and support providing pier/hotel services. 8. In case a Navy berthing barge is not available, is pier laydown available to establish berthing barge equivalent land-based Temporary Off-Ship berthing container units? If so, provide dimensions of the potential laydown area available. Responses are limited to five (5) pages. Responses shall be emailed to: - Code 423.1 Team: SERMC_C4231_CNO_DDG1@us.navy.mil - Contract Specialist: Tara Ford; tara.v.ford.civ@us.navy.mil - Contracting Officer: Safire Pe�a; safire.m.pena.civ@us.navy.mil Use subject line: �USS THOMAS HUDNER (DDG 116) FY26 DSRA Sources Sought Response� When to Submit Responses are requested no later than 12:00 PM (noon), Eastern Time, on 12 September 2025. Notice Regarding This Sources Sought This announcement is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP). Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The Government will not reimburse any costs associated with responding to this notice. Contracting Office Southeast Regional Maintenance Center (SERMC) Building 1488, Naval Station Mayport Jacksonville, FL 32228
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9a4aab48c3db4060bf58a8387312f711/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07573345-F 20250831/250829230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.