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, through NAVSUP FLC Sigonella, is soliciting proposals for lagging replacement services on the USAAMDS ROMANIA (HN 1) ship in Deveselu, Romania. This Firm-Fixed-Price contract requires the removal and replacement of existing lagging on chill water pipes and associated equipment. Proposals are due February 17, 2026, at 12:00 PM CET.
Scope of Work
The primary requirement is the replacement of approximately 120 linear feet of 4-inch chill water pipe lagging and associated equipment in the Machinery Spaces (1-40-2-E) of the USAAMDS ROMANIA (HN 1) ship. Tasks include verifying work site safety, templating exact sizes, matching surrounding areas, and conducting a joint "Compartment Closeout Inspection." All work must adhere to the "Attachment J-2, Work Specifications Package" and relevant Navy Standard Items. The work is for Fiscal Year 2026.
Contract Details
- Type: Firm-Fixed-Price (FFP)
- Period of Performance: March 2, 2026, to March 31, 2026
- Set-Aside: None (Not a small business set-aside)
- Place of Performance: Deveselu, Romania
- Product Service Code: J998 (Non Nuclear Ship Repair)
Submission & Evaluation
- Proposal Due: February 17, 2026, at 12:00 PM CET.
- Questions Due: February 11, 2026, at 12:00 PM CET.
- Submission: Electronically via email to the designated points of contact. Quotes and technical acceptability documentation must be in English.
- Required Documents: A signed Non-Disclosure Agreement (NDA) is required to obtain supporting reference documents. Offerors must also complete and return Standard Form 18 (Request for Quotation), completed Representations and Certifications (Section K), and Attachment J-3 QA Solicitation Checklist. Pricing must be detailed using the J-1 Pricing Breakdown template.
- Evaluation: Award will be made to the Lowest Price Technically Acceptable (LPTA) Offeror. Technical capability will be rated as "acceptable" or "unacceptable"; only technically acceptable quotes will be evaluated for price.
- Quality Assurance: Bidders must provide extensive QA documentation, including a Quality Manual, QA/Control Procedures, calibration records, qualified inspector lists, and relevant certifications (e.g., coatings, welding, NDT) as detailed in the J-3 QA Solicitation Checklist.
Additional Notes
This opportunity involves EXPORT CONTROLLED DATA (ITAR), requiring strict compliance. Government Furnished Material (GFM) will not be provided for LLTM, PUSH MATERIAL, or KITTED MATERIAL. Successful Offerors with an active Navy Master Agreement for Repair and Alteration of Vessels (MARAV) will receive a job order; non-MARAV holders will receive a contract or purchase order.