MSCPAC GSR IDIQ Rolling Admissions
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, Military Sealift Command (MSC) BATS, is soliciting proposals for General Ship Repair (GSR) Indefinite Delivery Indefinite Quantity (IDIQ) Rolling Admissions services. This Total Small Business Set-Aside opportunity aims to establish multiple contracts for ship repair on the United States West Coast, Alaska, and Hawaii. Proposals are due by May 13, 2026.
Scope of Work
This IDIQ will provide comprehensive ship repair services for MSC vessels, ensuring operational readiness through voyage repairs (VRs) and emergent repairs. Key services include:
- Overhauls and major repairs of mechanical systems (compressors, boilers, pumps, motors).
- Pipe and valve repairs, insulation, and lagging renewal.
- Painting of various ship surfaces, including flight decks.
- Gas freeing, maintenance of galley, ventilation, and refrigeration systems.
- Rigging, staging, scaffolding, and structural repairs by ABS-approved welders.
- Ship's crane repair, weight testing, and certification.
- Firefighting, SCBA recertification, and underwater hull cleaning.
- Repair of boat, davit, navigation, anchor windlass, and steering hydraulic systems.
- Provision of redline and as-built drawings, and subcontractor support for specialized repairs.
Contract Details
This is a Multiple Award Contract (MAC) IDIQ with a maximum capacity of $49,000,000 across all awardees and geographic areas. Each awarded contract will have a minimum guarantee of $3,500. Individual Delivery Orders (DOs) will range from a minimum of $3,500 to a maximum of $49,000,000. The ordering period is five years from the date of award, with individual DOs having a Period of Performance between 14 and 30 days. An option for a six-month extension is included.
Place of Performance
Services will be performed at various government installations and commercial piers on the United States West Coast, Alaska, and Hawaii, specifically including San Diego, CA; Bremerton, WA; Seward, AK; and Oahu, HI.
Submission & Evaluation
Proposals are due by May 13, 2026, at 01:00 PM local time. Submissions must be emailed to james.r.davenport60.civ@us.navy.mil and charles.t.reeves7.civ@us.navy.mil. Proposals should be organized into three volumes: General, Technical, and Past Performance. Award will be made on a best-value basis to multiple contractors. Evaluation criteria include:
- Technical: ABS Weld Procedures, ABS/USCG Regulations, Ship Repair Facility, Emergency Response Capabilities, Hazardous Waste Management Plan, and OSHA Training.
- Past Performance: Assessed for recency, relevancy, scope, magnitude, complexity, quality, timeliness, management, and regulatory compliance, utilizing Attachments J-2 (Past Performance Data) and J-3 (Past Performance Questionnaire).
Special Requirements & Notes
Offerors must complete and submit Attachment J-1 (Technical Non-Disclosure Agreement) to the Contract Specialist to gain access to Delivery Order specification packages. Contractor personnel require Defense Biometric Identification System (DBIDS) cards for facility access. Contractors are responsible for obtaining necessary licenses, permits, and providing all required equipment. Subcontractor use requires prior written approval. The government intends to award without discussions but reserves the right to conduct them.