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 National Park Service (NPS), under the Department of the Interior, 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 focuses on comprehensive vessel upkeep, including dry-docking and repairs, at the San Francisco Maritime National Historical Park. Proposals are due by May 22, 2026, at 12:00 PM PT.
Scope of Work
The contractor will provide essential services including the haul out of the Balclutha, routine ship husbandry, and preparation for transit from Mare Island Naval Shipyard (MINSY) to the contractor's facility (requiring USCG approval). Key deliverables encompass thorough vessel cleaning and inspection, routine hull preparation and coatings application, and cyclic maintenance of the ship's systems and components. Specific tasks include servicing through-hull valves, emergency bilge pumping systems, and cathodic protection. Optional items cover steel repair identified during UT gauging, additional painting, and carpentry repairs to decking and caulking, including potential replacement of the forecastle deck and main deck deckhouse. The project concludes with the vessel's delivery back to MINSY. A critical requirement is the use of a standard dry dock facility or lift platform technology; travel lifts or cranes are unacceptable due to the hull's fragility. Historical accuracy is a primary criterion for all work.
Contract Details
This is a Firm Fixed Price contract. The Period of Performance for base CLINs is 120 days from haul out, with the overall period updated to September 1, 2026, to August 31, 2027, reflecting funded options. The NAICS Code is 336611 (Shipbuilding and Repairing) with a size standard of 1,300 employees. This is a full and open competition with no set-aside restrictions. However, competition is limited to shipyard facilities located along or adjacent to the navigable waters of the San Francisco Bay and Delta.
Submission & Evaluation
Proposals must be submitted via email to the Contracting Officer, Juan Roman (juan_roman@ios.doi.gov), by the deadline of May 22, 2026, at 12:00 PM PT. Award will be made to the offeror providing the best value, based on evaluation factors including Technical Approach, Relevant Experience, Past Performance, Qualifications and Experience of Key Personnel and Subcontractors, Schedule, and Price. Price evaluation will include all options. Proposal requirements include a signed SF 1449, signed amendments, completed provisions, a technical approach (max 10 pages), relevant experience, past performance, qualifications, schedule, and representation/certification.
Important Notes
A site visit was previously held on April 14, 2026. Interested parties must be registered in the System for Award Management (SAM). Recent amendments have clarified specifications regarding carpentry, caulking, decking materials, surface preparation, wheelchair lift servicing, and the scope of ultrasonic thickness (UT) inspections for spars.