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), under the Department of the Navy, is soliciting proposals for 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 support NNSY operations in Portsmouth, VA, and NSN, Norfolk, VA. Proposals are due by February 20, 2026, at 4:00 PM EST.
Scope of Work
The contractor will provide qualified personnel for Fire Watch and Tank Watch duties, including Program Manager, Project Manager, and Supervisor roles. This involves supplying thirty-two (32) personnel for the 1st shift and eight (8) for the 2nd shift. Duties encompass monitoring hot work areas, ensuring fire safety, operating fire extinguishers, monitoring confined and poorly ventilated enclosed spaces, and performing general housecleaning and "spotter" duties.
Key Requirements
All personnel must possess a minimum Secret security clearance and red badging, with DBIDS cards required for NNSY access. Extensive training is mandatory, covering Hazardous Communications, Respirators, Fall Protection, Confined and Enclosed Spaces, Welding, Fire Watch/Tank Watch specific requirements, and Shipyard Mandatory Annual Training. The contractor is responsible for providing specific equipment such as flashlights, respirators, and personal fall arrest systems, while the government will supply fire extinguishers. Adherence to the Operations Security (OPSEC) Plan and the Quality Assurance Surveillance Plan (QASP) is critical. Bidders must also comply with the U.S. Department of Labor Wage Determination (No. 2015-4341, Revision 32) for minimum wage rates and fringe benefits.
Contract Details & Timeline
- Contract Type: Firm Fixed Price (FFP) Single Award Contract
- Set-Aside: 100% Total Small Business
- NAICS Code: 336611 (Ship Building and Repairing) with a 1300-employee size standard
- Product Service Code (PSC): J998 (Non Nuclear Ship Repair (East))
- Period of Performance: May 1, 2026, to April 30, 2027 (Base Year)
- Place of Performance: Norfolk Naval Shipyard, Portsmouth, VA, and NSN, Norfolk, VA
- Proposal Due Date: February 20, 2026, at 4:00 PM EST
- Published Date: January 29, 2026 (Amendment 1)
Submission & Evaluation
Offerors must submit a completed and signed SF1449 with unit prices, along with comprehensive proposals addressing Technical Capability, Capacity, and Price. Technical Capability will be evaluated based on understanding of the Performance Work Statement (PWS), proposed execution strategies, operational readiness, and Key Personnel resumes. Capacity will be assessed on an Acceptable/Unacceptable basis, evaluating available manpower through the required Capacity Sheet. Price proposals will be evaluated for reasonableness. Numerous Contract Data Requirements Lists (CDRLs) are specified, including personnel rosters, training records, time sheets, manning forecasts, and funds/man-hours expenditure reports, requiring electronic submission in EXCEL or PDF formats.
Amendments & Attachments
Amendment 1, issued on January 29, 2026, removed options from CLINs 002-007, updated the PWS to clarify the Secret security clearance requirement, and added Attachment 16 (Questions & Answers). Key attachments include the PWS, OPSEC Plan, DD 254 (security), Wage Determination, Pricing Sheet, Capacity Sheet, QASP, and various CDRLs (A001-A008).