Bay City Marine Inc.,* San Diego, California (N4044325D0003); Colonna’s Shipyard West LLC* San Diego, California (N4044325D0004); Confluence Corp., doing business as Regal Service Co.,* Oahu, Hawaii (N4044325D0005); Delphinus Engineering Inc.,* San Diego, California, and Bremerton, Washington (N4044325D0006); Epsilon Systems Solutions Inc.,* San Diego, California; and Oahu, Hawaii (N4044325D0007); Highmark Marine Fabrication, LLC ,* Kodiak, Alaska (N4044325D0008); Integrated Marine Services Inc.,* San Diego, California (N4044325D0009); Neal Technical Innovations LLC,* San Diego, California (N4044325D0011); Levi Mason Industrial Inc.,* Bremerton, Washington (N4044325D0010); Pacific Shipyards International LLC,* Oahu, Hawaii (N4044325D0012); Propulsion Controls Engineering,* San Diego, California; Bremerton, Washington; and Oahu, Hawaii (N4044325D0013); Q.E.D. Systems Inc.,* San Diego, California; and Bremerton, Washington (N4044325D0014); Standard Ship Repair/Standard Inspection Services,* San Diego, California; and Bremerton, Washington (N4044325D0015); and Walashek Industrial & Marine Inc.,* San Diego, California; and Bremerton, Washington (N4044325D0016), are awarded a combined, maximum-value $49,000,000 firm-fixed-price, indefinite-delivery/indefinite quantity, multiple award contract for a broad range of ship repair requirements in support of Military Sealift Command vessels. This contract includes a five-year base period and a six-month option period. Work will be performed at government and commercial facilities located on the West Coast continental U.S., Alaska, and Hawaii, and is expected to be completed by Jan. 14, 2030. Working capital funds (Navy) are provided in the amount of $3,500 per contract for a total of $49,000 to support the minimal guaranteed quantities. This contract is a small business set-aside solicited via the Government Point of Entry website and twenty-two offers were received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity.