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 support NNSY operations in Portsmouth, VA, and Norfolk, VA. Proposals are due by March 4, 2026, at 11:00 AM EST.
Scope of Work
The contractor shall provide qualified personnel for Fire Watch and Tank Watch duties, including Program Manager, Project Manager, and Supervisor roles. Specific manning requires thirty-two (32) personnel for the 1st shift and eight (8) for the 2nd shift. Duties include monitoring hot work areas, ensuring fire safety, operating fire extinguishers, monitoring confined and poorly ventilated enclosed spaces, and general housecleaning/spotter duties. All work must comply with federal, state, and local environmental and safety regulations, and NNSY technical work documents.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Single Award Contract for commercial items (FAR Part 13.5).
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 336611 (Ship Building and Repairing), with a small business size standard of 1300 employees.
- Product Service Code (PSC): J998 (Non Nuclear Ship Repair).
- Period of Performance: Base Year: June 16, 2026, to June 15, 2027.
- Place of Performance: Norfolk Naval Shipyard (NNSY), Portsmouth, Virginia, and NSN, Norfolk, VA.
Key Requirements & Deliverables
- Personnel Qualifications: All personnel, including Fire Watch/Tank Watch, Program Manager, Project Manager, and Supervisors, must be qualified and complete extensive training (e.g., Hazardous Communications, Respirators, Fall Protection, Confined Space Entry, Shipyard Mandatory Annual Training).
- Security: A minimum security clearance of Secret/Red Badge and an approved facility clearance are required. All contractors need a red NAVSEA badge and a DBIDS card for NNSY access.
- Reporting: Required deliverables include a Contractor's Personnel Roster (A001), Certification Data Report (A002), Weekly Time Sheet (A003), Man-Hours Expenditure Report (A004), Annual Training Records (A005), Syllabus (A006), Personnel Resumes (A007), and a Manning Forecast (A008). Contractor Manpower Reporting via SAM.gov is also required.
- Equipment: Contractor must provide specific materials and equipment (e.g., flashlights, respirators, fall arrest systems); government provides fire extinguishers.
- OPSEC: Bidders must adhere to the Operations Security (OPSEC) Plan, which outlines requirements for protecting sensitive information and includes policies on Portable Electronic Devices (PEDs) and computer network use.
Evaluation Criteria
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.
- Price: Evaluated for reasonableness.
Submission Details
- Proposal Due Date: March 4, 2026, at 11:00 AM EST.
- Quote Validity: Quotes must remain valid for 120 days.
- Contact Information: Primary contact is Melissa White (melissa.e.white13.civ@us.navy.mil, 757-967-3005). Secondary contact is Alicia Almberg (alicia.l.almberg.civ@us.navy.mil, 757-396-7756).