SOLICITATION NOTICE
J -- Marine Boatyard Support and Industrial Support Lot II Follow-on MAC-IDIQ
- Notice Date
- 12/12/2025 2:39:15 PM
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
- ZIP Code
- 92136-5205
- Solicitation Number
- N5523625R0012
- Response Due
- 1/23/2026 2:00:00 PM
- Archive Date
- 12/12/2026
- Point of Contact
- Alondra Moreno, Phone: (619) 664-1869, Natalie Arenz, Phone: (619) 548-5309
- E-Mail Address
-
alondra.moreno3.civ@us.navy.mil, natalie.m.arenz.civ@us.navy.mil
(alondra.moreno3.civ@us.navy.mil, natalie.m.arenz.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Southwest Regional Maintenance Center (SWRMC) intends to issue a Request for Proposal (RFP) to accomplish Marine Boatyard Support and Industrial Support Lot II for boats, crafts, lighterage, habitability barges, service crafts, and ancillary support equipment (brows, brow platforms, paint floats, camel separators, and loading ramps) greater than or equal to 15 meters or 50 feet in length that can be transported via roadway by a trailer or must be delivered on its bottom (via waterway) and for boats, craft, lighterage or service craft less than 15 meters or 50 feet in length, that must be delivered on its bottom (via waterway). This requirement also includes work on boats, craft, lighterage, service craft, and ancillary support equipment greater than or equal to 15 meters or 50 feet in length up to 260 feet in length. The offeror(s) shall provide specific modifications, upgrades, service life extensions, and repairs to non-commissioned boats, craft, lighterage/service craft and their associated systems (e.g., hull, mechanical, electrical, and electronic systems; trailers; transporters; deployment systems; slings and hoisting systems; launch and retrieval systems, etc.) and periodic maintenance. The offeror(s) shall also perform repairs, alterations, installation upgrades, conversions, habitability, and dry-docking services including hull repairs and preservation for the U.S. Navy berthing and messing program, barges and structures, and their related systems, equipment, and facilities. The offeror(s) shall accomplish the subject availabilities including the dry-berthing or dry-docking of boats, crafts, lighterage, and habitability barges at contractor?s facilities with a 125-mile radius of 32nd Street, Naval Base San Diego, CA. The offeror(s) is responsible for the use of the latest revision of all references, specifications, and NAVSEA Standard Items. The successful offeror(s) will be required to provide all labor, equipment, materials, and facilities in accordance with the specification package. If the Navy issues an RFP for this requirement, the acquisition and solicitation-to-award process shall abide by Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS) and the Navy Marine Corps Acquisition Regulation Supplement (NMCARS) guidelines. The Government anticipates awarding this effort as a supply contract whereas the supply equates to the procurement of repaired, mission-ready boats, crafts, barges, or ancillary support equipment which shall be returned to service with the Fleet. Award will be based on a best-value procurement utilizing past performance, technical, and price as evaluation factors. FAR 52.216-27 Single or Multiple Awards (OCT 1995) applies. This procurement is not restricted to Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) contractors. This is a follow-on procurement. All responsible sources may submit a proposal which shall be considered by this agency. The successful offeror will be required to have a SWRMC approved Quality System (IAW NAVSEA Standard Item 009-04), approved and in place at the time of contract award. The Navy will issue the RFP electronically on https://piee.eb.mil and www.Sam.gov and interested parties must comply with that solicitation requirements and instructions for proposals. Interested offerors are hereby encouraged to monitor https://piee.eb.mil and www.Sam.gov for the anticipated release of the solicitation and any associated amendments. Offerors shall be registered in the Solicitation Module in Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM) in order to be eligible for award. This synopsis is issued 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 (FFP) solicitation in January 2026. The RFP will be issued as a Total Small Business Set-Aside. The result will be a multiple award indefinite delivery/ indefinite quantity (IDIQ) 5-year contract, including five (5) each 12-month ordering periods. The applicable NAICS code is 336611- Ship Building and Repairing (a small business must have 1,300 or less employees). Offerors that are interested in this procurement may send an e-mail providing all point of contact information to Contracts Specialists Alondra Moreno and Natalie Arenz at 410B_RFP_25R0012_MBS_LOT_II@us.navy.mil to receive a courtesy notification when the RFP is posted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/822c8f30712b484f8ea0bef79e4c2de7/view)
- Place of Performance
- Address: San Diego, CA 92136
- Zip Code: 92136
- Zip Code: 92136
- Record
- SN07664794-F 20251214/251212230034 (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 |