AAMDS Deveselu Romania
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, specifically NAVSUP FLC SIGONELLA NAPLES OFFICE, is soliciting proposals for lagging removal and replacement services for the U.S. Aegis Ashore Missile Defense System (AAMDS) in Deveselu, Romania. This is a Firm-Fixed-Price (FFP) contract, not a small business set-aside. Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. Quotes are due by February 16, 2026, at 12:00 PM CET.
Scope of Work
The primary requirement is the replacement of existing lagging (CLIN 0001) on approximately 120 linear feet of 4-inch chill water pipe and associated equipment within the Machinery Spaces (1-40-2-E) of the USAAMDS ROMANIA (HN 1) ship. Tasks include verifying work site safety, isolation, de-energization, templating, insulation, and ensuring compliance with "Attachment J-2, Work Specifications Package," "Standard Items, (FY 26) CH-1," and "MIL-STD-769." The work must leave compartments in "as good or better" condition.
Contract Details & Timeline
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: March 2, 2026, to March 31, 2026
- Place of Performance: Deveselu, Romania (USAAMDS ROMANIA (HN 1) ship)
- Set-Aside: None (Not a small business set-aside)
- Published Date: February 4, 2026
- Questions Due: February 11, 2026, by 12:00 PM CET
- Quotes Due: February 16, 2026, by 12:00 PM CET
Submission & Evaluation
Offerors must submit quotes and technical acceptability documentation in English via email to the designated points of contact. Evaluation will be based on Lowest Price Technically Acceptable (LPTA), with technical capability assessed as "acceptable" or "unacceptable." Only technically acceptable quotes will proceed to price evaluation. Required submissions include Standard Form 18 and completed Representations and Certifications (Section K).
Key Requirements for Bidders
- Mandatory NDA: A signed Non-Disclosure Agreement (NDA) must be emailed to the POCs to obtain supporting reference documents, which contain EXPORT CONTROLLED DATA (ITAR).
- Quality Assurance: Bidders must provide extensive Quality Management System (QMS) supporting documents, including a Quality Manual, QA/QC procedures, calibration records, qualified inspector lists, and a draft Test and Inspection Plan (TIP). Specific certifications for coatings inspectors, welding, and NDT personnel are also required.
- Pricing: Utilize the provided "J-1. Pricing Breakdown.XLSX" template for CLIN 0001.
Contact Information
- Primary: Juan Carlos Tapia (juan.c.tapia5.civ@us.navy.mil, 00390815686408)
- Secondary: Antonella De Fraia Frangipane (Antonella.defraiafrangipane.ln@us.navy.mil, 390815683560)