Fire Watch/Tank Watch
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 Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for Fire Watch/Tank Watch Labor Support. This opportunity is a 100% Total Small Business Set-Aside and requires qualified personnel to perform critical safety duties at NNSY and NSN, Norfolk, VA. Proposals are due by February 20, 2026, at 11:00 AM EST.
Scope of Work
The contractor will provide qualified personnel for Fire Watch and Tank Watch duties, including 32 for the 1st shift and 8 for the 2nd shift. Key roles include Fire Watch/Tank Watch (Red Badge), Program Manager, Project Manager, and Supervisor. Duties encompass general housecleaning, "spotter" duties, operating fire extinguishers, inspecting work sites, maintaining surveillance during hot work, responding to fires, and monitoring confined/poorly ventilated enclosed spaces. Personnel must be trained in PPE, electrical safety (NFPA 70E), and MSDS, complying with 29 CFR 1915 and other relevant standards.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Single Award Contract.
- Period of Performance: May 1, 2026, through April 30, 2027 (Base Year).
- Place of Performance: Norfolk Naval Shipyard (NNSY), Portsmouth, Virginia, and NSN, Norfolk, VA.
- NAICS Code: 336611 (Ship Building and Repairing), with a 1300-employee size standard.
- Product Service Code (PSC): J998 (Non Nuclear Ship Repair (East)).
- Security Requirements: Personnel require a minimum Secret/Red Badge security clearance and a DBIDS card for access. Contractors must adhere to an Operations Security (OPSEC) Plan and DD Form 254 requirements, including protecting sensitive information (NNPI, CUI, PII).
- Wage Determination: Subject to U.S. Department of Labor Wage Determination No. 2015-4341, Revision 32, for minimum wage rates and fringe benefits.
Submission & Evaluation
Offerors must submit a completed and signed SF1449 with unit prices. Proposals will be evaluated based on:
- Technical Capability: Understanding of the PWS, proposed execution strategies, operational readiness, and Key Personnel resumes.
- Capacity: Assessed on an Acceptable/Unacceptable basis, evaluating available manpower using the provided Capacity Sheet.
- Price: Evaluated for reasonableness. Questions regarding clarifications must be submitted via email by January 28, 2026, at 11:00 AM EST.
Key Deliverables & Attachments
The solicitation includes a Performance Work Statement (PWS), OPSEC Plan, DD 254, Wage Determination, Pricing Sheet, Capacity Sheet, and a Quality Assurance Surveillance Plan (QASP). Eight Contract Data Requirements Lists (CDRLs A001-A008) specify reporting requirements for personnel rosters, training records, weekly time sheets, man-hour expenditures, training plans, personnel resumes, shipyard mandatory training, and manning forecasts.