6991PE26Q000003 SBRF PF-611 KESTREL Drydock and Repair
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 U.S. Department of Transportation (DOT), Maritime Administration (MARAD), through its Suisun Bay Reserve Fleet (SBRF), is soliciting proposals for drydocking and repair services for the PF-611 KESTREL, a catamaran hull patrol boat. This is a Total Small Business Set-Aside procurement, utilizing a Lowest Price Technically Acceptable (LPTA) evaluation method. A mandatory site visit is scheduled for April 10, 2026, and quotations are due by April 29, 2026, 12:00 PM PDT.
Scope of Work
The requirement involves comprehensive drydocking and repair services for the PF-611 KESTREL. Key tasks include:
- Haulout & Launching, Hull and Topside Cleaning and Inspection.
- Abrasive grit blasting and preservation of submerged hull surfaces.
- Cleaning and servicing of jet drives, including removal/replacement of intake gratings and application of epoxy coatings.
- Underwater hull surface preparation and coating (primer and antifouling).
- Repairs to the boat's semi-inflatable collar (fendering).
- Provision for supplemental labor (estimated 200 hours) and materials (not-to-exceed $30,000). All work must be performed in the San Francisco Bay area and comply with regulatory body requirements (ABS, USCG) and MARAD Coating Guidelines.
Contract & Timeline
- Contract Type: Firm Fixed Price Purchase Order with supplemental work.
- Period of Performance: Approximately 65 days after vessel arrival, with a drydock availability window from June 2, 2026, to August 5, 2026.
- Set-Aside: 100% Total Small Business (NAICS 336611, Shipbuilding and Repairing, 1,300 employees).
- Published Date: April 1, 2026.
- Mandatory Site Visit: April 10, 2026.
- Questions Due: April 16, 2026, 12:00 PM PDT.
- Response Date (Quotations Due): April 29, 2026, 12:00 PM PDT.
Submission & Evaluation
- Submission Method: Electronically via email to robert.mcdermott@dot.gov and scott.j.lewis.ctr@dot.gov, referencing solicitation number 6991PE26Q000003.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Non-price factors (Technical Acceptability, Past Performance) will be evaluated on an acceptable/unacceptable basis.
- Required Submissions: Offerors must provide a Gantt chart, technical approach narrative, key personnel list, welder qualifications, dry-docking capability certification, and past performance information. Quotes must be valid for at least 90 days.
- SAM Registration: Required for award eligibility.
Key Attachments
Bidders must review the Vendor Price Sheet (Attachment 2) for pricing submission, Attachment 1 SOW for detailed requirements, MARAD Coating Guidelines (Attachment 6) for coating specifications, and HJ 292 Jet Unit Specs (Attachment 7) for technical details on jet drive components. Attachment 3 details FAR deviations, and Attachment 4 provides e-invoicing instructions for awarded contracts.