Indefinite Delivery, Indefinite Quantity (IDIQ) for Preservation and Non-SUBSAFE Structural Repair Availabilities on United States Naval Submarines Trident Refit Facility (TRF) Bangor, Washington
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 Northwest Regional Maintenance Center (NWRMC), Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), is conducting a Sources Sought to gather information for a future Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This IDIQ will cover preservation, non-SUBSAFE structural repair, and trade labor support for United States Naval Submarines at Trident Refit Facility (TRF) Bangor, Washington. The primary purpose is to determine potential Small Business set-aside opportunities and solicit feedback on the proposed contract structure. Responses are due by February 2, 2026.
Scope of Work
The anticipated single-award, Firm-Fixed Price IDIQ will include:
- Preservation: Touch-up painting, blasting, surface preparation for main ballast tanks, hull, and stern planes, adhering to NAVSEA, SUBMEPP, and TRF Bangor standards. Personnel require SSPC C7, C12, C14 certifications, and companies must be QP-1 certified.
- Non-SUBSAFE Structural Repair: Base metal build-up, structural member removal/replacement based on URO MRC 003 inspections, following NAVSEA, SUBMEPP, and T9074-AD-GIB-010/1688 Rev 1 standards. Contractors must maintain S9074-AQ-GIB-010/248 Rev 1 compliant weld procedures and T9074-ASGIB-010/27176y Rev 1 compliant NDT procedures.
- Lead Bin Work: Repair, fabrication, conversion, de-ballasting, and re-ballasting of lead bins. Lead workers must be medically cleared, trained in lead awareness, OSH, fall protection, hearing conservation, eye safety, and confined spaces.
- Trade Labor Support: Qualified scaffolders, fire-watch personnel, and touch-up painters. All tradespersons require a formal course of study and a minimum of two years verifiable experience on U.S. Navy platforms. Fire-watch personnel must be trained per 29 CFR 1915.508(a)-(c) and (e).
Contract & Timeline
- Type: Sources Sought for a future Firm-Fixed Price, Single-Award IDIQ.
- Duration: The future IDIQ will have a five-year ordering period.
- Set-Aside: All Small Business set-aside categories will be considered based on responses.
- Response Due: February 2, 2026, by close of business.
- Published: January 22, 2026.
Submission Details
Interested companies should submit a response (max 10 pages) via email to Andrew Skelley (andrew.m.skelley.civ@us.navy.mil) and Carly Stotts (carly.j.stotts.civ@us.navy.mil). The submission should include:
- Company Profile Summary: Company info (name, address, POCs, CAGE), business size (NAICS 336611), intent to propose, corporate experience in ship repair, and security clearances.
- Feedback on Proposed Contract Strategy: Detailed feedback on the pre-priced model, 5-day production start requirement, embedded project management team, and the implications of a single-award IDIQ.
Additional Notes
This is a market research notice and not a Request for Proposal. The Government will not pay for any information provided.