MSC SHIP REPAIR VR
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 / NAVSUP FLC Sigonella Naples Office is soliciting proposals for Voyage Repair Availability (VRA) services for an MSC Ship, specifically the USNS ARCTIC (T-AOE 8), to be performed in Limassol, Cyprus. This is a Solicitation for a Firm Fixed-Price (FFP) contract. Quotes are due by March 16, 2026, at 0900 AM CET.
Scope of Work
The contractor will prepare for and accomplish the VRA as described in the work package, focusing on Category 'A' work items which are definitized and have a firm fixed price. An example of Category 'A' work includes the renewal of deck guardrails and deteriorated posts on the 01 level weather deck of the USNS Arctic. This involves removing and replacing guardrails, renewing hardware, installing support frames, clad welding pitted pads, drilling holes, and blasting/painting new and disturbed surfaces according to PPG Paint system requirements. Category 'N' work items describe procedures and regulations. The contractor must absorb up to 300 labor hours and $19,425.00 in materials for expected in-scope growth work.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Period of Performance: June 15, 2026, to June 29, 2026, for both CLIN 0001 (Voyage Repair Category A Work Items) and Option Line Item 0002 (Additional Government Requirements - AGR).
- Set-Aside: None (Not a small business set-aside).
- Place of Performance: Limassol, Cyprus.
- Key Technical Requirements: Certified Marine Chemist, current ABS/IACS member welder certifications, and fall protection training certifications. Offerors must also describe their Quality Control Plan.
Submission & Evaluation
- Quotes Due: March 16, 2026, at 0900 AM CET.
- Submission Method: Electronically via email to the designated Points of Contact.
- Evaluation: Award will be made to the Lowest Priced Technically Acceptable (LPTA) Offeror, based on Technical Capability (rated acceptable/unacceptable) and Price.
- Required Submissions: Attachment J-1, "Pricing Breakdown," must be submitted with detailed pricing information.
- Quote Validity: 90 calendar days from the quote due date.
Key Attachments & Actions
- Non-Disclosure Agreement (NDA): A signed NDA (Attachment J-3) is a prerequisite to receive restricted technical data necessary for proposal preparation. This agreement outlines terms for data use, protection, and destruction.
- Pricing Breakdown: Attachment J-1 is a critical pricing sheet detailing costs for CLINs, labor, materials, travel, and indirect rates.
- Questions Due: March 10, 2026, at 0800 AM CET, via email.
- SAM.gov Registration: An active registration in SAM.gov is required for contract award.
Contact Information
- Primary: CARMELITA SAGGESE (carmelita.saggese2.ln@us.navy.mil, 011390815684210)
- Secondary: Yarinee Tafur (yarinee.tafur.civ@us.navy.mil, 390815686019)