Navy Puts $850 Million into Ship Modernization at Pearl Harbor
Epsilon Systems Solutions Inc., San Diego, California (N00024-20-D-4449), Vigor Marine, LLC, Portland, Oregon (N00024-20-D-4442), and Pacific Shipyard International, Honolulu, Hawaii (N00024-20-D-4448) (Lot I); and Epsilon Systems Solutions Inc., San Diego, California (N00024-20-D-4450), MARISCO Ltd., Kapolei, Hawaii (N00024-20-D-4453), Propulsion Control Engineering, Aiea, Hawaii (N00024-20-D-4451), and Pacific Shipyard International, Honolulu, Hawaii (N00024-20-D-4452) (Lot II), are each awarded a firm-fixed price, indefinite-delivery/indefinite-quantity contract for ship repair, maintenance and modernization of non-nuclear surface ships (including DDG, CG, LPD, LSD, LHA, LHD, PC, MCM and LCS class ships) assigned to or visiting Pearl Harbor, Hawaii. Per the solicitation terms and conditions, awards under Lot I have a maximum ceiling value of $671,000,000, while awards under Lot II have a not-to-exceed maximum ceiling value of $180,000,000. This multiple award contract (MAC) includes options, which if exercised, would bring the MAC cumulative maximum ceiling value for Lots I and II to $851,000,000. This MAC award is for repair, maintenance and modernization of non-nuclear Navy surface ships undergoing Chief of Naval Operations-scheduled maintenance availabilities at Pearl Harbor, Hawaii. These availabilities can be docking or non-docking availabilities, and will be authorized through competitive procurement of MAC holders via delivery orders. Each MAC award recipient will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization. Each vendor for Lot I and Lot II will receive a minimum guaranteed delivery order award of $10,000. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by January 2025. Fiscal year 2020 operations and maintenance (Navy) funding will be obligated at time of each delivery order award and will expire at the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website, with eight offers received in response to solicitation N00024-19-R-4442. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.