Berthing and Messing Program Services

SOL #: N0018926RL013Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR NORFOLK
NORFOLK, VA, 23511-3392, United States

Place of Performance

Norfolk, VA

NAICS

Ship Building and Repairing (336611)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Ships, Small Craft, Pontoons, And Floating Docks (J019)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 22, 2026
2
Submission Deadline
May 12, 2026, 5:00 PM

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 FLT LOG CTR NORFOLK, is soliciting proposals for Berthing and Messing Program Services. This Cost Plus Fixed Fee (CPFF) task order requires contractors to provide operational Organizational Level (O-level) support for assigned program Duty Crew Berthing Barges and other Service Craft. This acquisition is a Total Small Business Set-Aside, with proposals due by May 12, 2026, 12:00 PM Local Time.

Purpose

The primary purpose of this solicitation is to secure O-level support for the Commander, U.S. Fleet Forces Command (COMUSFLTFORCOM), ensuring that assigned Berthing Barges and Service Craft maintain a full-mission capable status through day-to-day maintenance and operational support.

Scope of Work

The contractor will be responsible for maintaining and operating approximately 34 COMUSFLTFORCOM Berthing and Messing Program Duty Crew Berthing Barges and other Non-Self Propelled Service Craft. Key tasks include:

  • Providing service calls for maintenance, minor repairs, and miscellaneous work, categorized as emergency, urgent, or routine.
  • Performing general interior and exterior repairs, including flooring, bulkheads, doors, and windows.
  • Conducting electrical work, maintenance, and repair of security, flooding, and fire alarm systems.
  • Servicing internal communication systems, firefighting equipment, and plumbing.
  • Offering machine, welding, metalworking, and painting services.
  • Maintaining HVAC, galley, and laundry equipment.
  • Providing preventative maintenance and corrective repairs for Local Area Network (LAN) equipment.
  • Executing tank and void opening/closures, tag-out, and hot work procedures.
  • Delivering port husbandry services and system/equipment familiarization training.
  • Performing deep cleaning, sanitizing, fumigation, and extermination of craft.
  • Conducting site assessments and providing engineering and design plans.

Contract Details

  • Contract Type: Cost Plus Fixed Fee (CPFF) task order.
  • Set-Aside: Total Small Business Set-Aside (NAICS 336611, Size Standard 1300 employees).
  • Period of Performance: A base year from August 1, 2026, to July 31, 2027, with multiple option periods extending the potential performance through July 31, 2032.
  • Place of Performance: Hampton Roads (Norfolk, Newport News, Portsmouth) Virginia, and Maine (Kittery), Connecticut (New London and Groton) AOR.
  • Special Requirements: All contracted employees must possess and maintain a SECRET Clearance. The contractor must also hold an active Facility Clearance at the Secret level at the time of proposal submission. Compliance with OSHA, NFPA, EPA, and Navy directives is mandatory. Applicable Wage Determinations for Virginia and Maine must be adhered to.

Submission & Evaluation

  • Proposal Due Date: May 12, 2026, 12:00 PM Local Time.
  • Submission Method: Electronically via email to Samantha Ballance and Zackery Bowman.
  • Evaluation Factors: Award will be based on a best value approach.
    • Phase I: Facilities Security Clearance (Acceptable/Unacceptable). Offerors must have an active Secret FCL.
    • Phase II: Technical Approach (more important than Past Performance), Past Performance, and Cost/Price. Technical Approach is equally weighted between Performance Approach and Staffing & Management Approach. Non-Cost/Price factors are considered significantly more important than Cost/Price.
  • Proposal Structure: Proposals must be submitted in four volumes: Facilities Security Clearance, Technical Approach, Past Performance, and Cost/Price Proposal. Bidders are required to complete specific Past Performance Information Forms and utilize the provided Level of Effort Spreadsheet for cost proposals.

Contact Information

Primary Contact: Zackery Bowman (zackery.l.bowman.civ@us.navy.mil) Secondary Contact: Samantha Ballance (samantha.a.ballance.civ@us.navy.mil)

People

Points of Contact

Samantha BallanceSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 22, 2026
Berthing and Messing Program Services | GovScope