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 / NAVSUP FLC SIGONELLA NAPLES OFFICE is soliciting proposals for AAMDS Deveselu Romania, specifically for lagging replacement services on the USAAMDS ROMANIA (HN 1) ship. This is a Firm-Fixed-Price (FFP) contract with proposals due by 12:00 PM CET on February 16, 2026. The place of performance is Deveselu, Romania.
Scope of Work
This opportunity requires the removal and 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, templating exact sizes, ensuring new lagging matches surrounding areas, and conducting a joint "Compartment Closeout Inspection." All work must comply with "Attachment J-2, Work Specifications Package" and relevant Navy Standard Items.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: March 2, 2026, to March 31, 2026
- Set-Aside: None
- Product Service Code: J998 (Non Nuclear Ship Repair (East) Ship Repair)
- Place of Performance: Deveselu, Romania
Submission & Evaluation
- Proposal Due Date: 12:00 PM CET on February 16, 2026
- Information Request Deadline: 12:00 PM CET on February 11, 2026
- Required Documentation: Offerors must submit Standard Form 18, completed Representations and Certifications (Section K), and Attachment J-3 QA Solicitation. Pricing must be detailed using the "J-1. Pricing Breakdown" template.
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA). Technical capability will be rated as "acceptable" or "unacceptable," with only technically acceptable quotes considered for award.
- Submission Method: Electronically via email to the designated points of contact.
Key Requirements & Notes
A Non-Disclosure Agreement (NDA) (S-1. Non-Disclosure Agreement.pdf) is a prerequisite to receive restricted technical data necessary for proposal preparation. This data is EXPORT CONTROLLED (ITAR). The "J-3. QA Solicitation Checklist" details extensive quality assurance documentation, certifications (e.g., ISO 9001, NACE CIP, QP-1), and plans (e.g., Test and Inspection Plan) required for submission or upon award. If the successful Offeror holds an active Navy Master Agreement for Repair and Alteration of Vessels (MARAV), the award will be a job order under that agreement; otherwise, "contract" or "purchase order" applies.
Contacts: Juan Carlos Tapia (juan.c.tapia5.civ@us.navy.mil) and Antonella De Fraia Frangipane (Antonella.defraiafrangipane.ln@us.navy.mil).