J--GOGA - NHL BALCLUTHA HAUL OUT
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 Interior, National Park Service (NPS), is soliciting proposals for a Firm Fixed-Price contract for Maintenance and Restoration Haul Out Services for the National Historic Landmark (NHL) full-rigged ship Balclutha. This opportunity is for full and open competition, with proposals due by May 22, 2026, at 12:00 PM PT.
Scope of Work
The contractor will provide comprehensive services for the historic vessel Balclutha, currently berthed at Mare Island Naval Shipyard, Vallejo, CA. Key requirements include:
- Vessel Haul Out: Utilizing a standard dry dock facility or lift platform technology; travel lifts or cranes are unacceptable due to the hull's fragility. Competition is limited to shipyard facilities along the navigable waters of the San Francisco Bay and Delta.
- Transit Preparation: Preparing the vessel and its systems for transit from Mare Island to the contractor's facility, requiring USCG approval.
- Maintenance & Restoration: Thorough vessel cleaning, inspection, routine hull preparation and coatings application, and cyclic maintenance of ship's systems and components.
- Optional Repairs: Potential steel repair identified during UT gauging, additional preparation and painting, carpentry repairs to decking and caulking, and possible replacement of the forecastle deck and main deck deckhouse.
- Delivery: Returning the vessel to berthing at Mare Island Naval Shipyard with gangway and support systems reinstalled. Work must adhere to strict historical accuracy, safety, and environmental protection standards.
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance: 120 days from haul out for base CLINs. The overall period of performance is September 1, 2026, to August 31, 2027.
- NAICS Code: 336611 (Shipbuilding and Repairing), with a size standard of 1,300 employees.
- Set-Aside: None (Full and Open Competition).
Submission & Evaluation
- Submission Deadline: May 22, 2026, at 12:00 PM PT.
- Submission Method: Via email to the Contracting Officer, Juan Roman, at juan_roman@ios.doi.gov.
- Evaluation Factors: Award will be made to the offeror providing the best value, considering Technical Approach, Relevant Experience, Past Performance, Qualifications and Experience of Key Personnel and Subcontractors, Schedule, and Price. Price evaluation will include all options.
Important Notes
A site visit is scheduled for Tuesday, April 14, 2026, at 1:00 PM PDT at 860 Nimitz Ave, Vallejo, CA 94592; RSVP is required. Interested parties must be registered in the System for Award Management (SAM). Numerous attachments provide detailed technical specifications, including UT reports, reference drawings, lumber grading rules, paint specifications, USCG guidelines, and ABS rules for riveting. Questions and answers have clarified carpentry requirements and extended the deadline.