GSR IDIQ Rolling Admissions - MSC Pacific - J999 SBSA

SOL #: N4044326R0001Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
MSCHQ NORFOLK
NORFOLK, VA, 23511-2313, United States

Place of Performance

San Diego, CA

NAICS

Ship Building and Repairing (336611)

PSC

Non Nuclear Ship Repair (West) Ship Repair (Including Overhauls And Conversions) Performed On. Non Nuclear Propelled And Nonpropelled Ships West Of The 108th Meridian (J999)

Set Aside

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

Timeline

1
Posted
Feb 5, 2026
2
Last Updated
Mar 3, 2026
3
Submission Deadline
Apr 2, 2026, 8:00 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, through MSCHQ NORFOLK, is soliciting proposals for a General Ship Repair (GSR) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) to support MSC Pacific's Rolling Admissions SSU San Diego. This Total Small Business Set-Aside opportunity focuses on non-nuclear ship repair services across the West Coast, Alaska, and Hawaii. Proposals are due by April 2, 2026, at 13:00 PST.

Scope of Work

This IDIQ will provide comprehensive ship repair services for Military Sealift Command (MSC) vessels, including voyage repairs (VRs) and emergent repairs. Key services encompass:

  • Overhauls and major overhauls of various ship systems (compressors, boilers, pumps, motors, galley, ventilation, refrigeration).
  • Pipe and valve repairs, insulation, lagging, and painting.
  • Gas freeing, rigging, staging, and scaffolding services.
  • Structural repairs by ABS-approved welders.
  • Ship's crane repair, weight testing, and certification.
  • Firefighting and SCBA recertification.
  • Underwater hull cleaning and incidental repairs.
  • Repair of boat, davit, navigation, anchor windlass, and steering hydraulic systems.
  • Providing redline and as-built drawings, and subcontractor support for specialized repairs.

Performance will occur at government installations and commercial piers on the West Coast, Alaska, and Hawaii, specifically San Diego, CA; Bremerton, WA; Seward, AK; and Oahu, HI.

Contract Details

  • Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC).
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Maximum Capacity: $49,000,000 across all MAC holders and geographic areas.
  • Minimum Guarantee: $3,500 per contract.
  • Period of Performance: March 2, 2026, to July 14, 2030, with a potential six-month extension.
  • Place of Performance: San Diego, CA; Bremerton, WA; Seward, AK; and Oahu, HI.

Evaluation & Submission

Award will be made on a best-value basis considering Technical and Past Performance. The Government intends to award multiple contracts and may do so without discussions.

Technical evaluation subfactors include: ABS Weld Procedures, ABS/USCG Regulations, Ship Repair Facility, Emergency Response Capabilities, Hazardous Waste Management Plan, and OSHA Training.

Past Performance evaluation considers: recency, relevancy, scope, magnitude, complexity, quality, timeliness, management, and regulatory compliance. Offerors must complete Attachment J-2 (Past Performance Data) and be aware that Attachment J-3 (Past Performance Questionnaire) will be used for references.

Proposals must be organized into three volumes: General, Technical, and Past Performance. They are to be submitted via email to james.r.davenport60.civ@us.navy.mil and charles.t.reeves7.civ@us.navy.mil.

Key Dates & Contacts

  • Proposal Due Date: April 2, 2026, at 13:00 PST.
  • Published Date: March 3, 2026.
  • Primary Contact: Charles.T. Reeves, charles.t.reeves1@navy.mil, 619-553-0348.

Special Requirements

Contractors must obtain DBIDS cards for access to Navy facilities, provide all necessary equipment, and comply with stringent safety, hazardous material, and environmental regulations. Offerors must complete and submit Attachment J-1 (Technical Non-Disclosure Agreement) to access Delivery Order specification packages.

People

Points of Contact

Charles.T. ReevesPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 3, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
View
GSR IDIQ Rolling Admissions - MSC Pacific - J999 SBSA | GovScope