Boston National Historical Park - Maritime Service
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), specifically the NER Services MABO office, has issued a Combined Synopsis/Solicitation (RFQ 140P4326Q0022) for Maritime Services at Boston National Historical Park (BNHP) in Boston, MA. This is a Total Small Business Set-Aside opportunity, anticipating the award of one Firm-Fixed-Price Purchase Order. The services are crucial for maintaining historic maritime assets and waterfront infrastructure. Quotes are due by May 1, 2026, at 12 PM ET.
Scope of Work
The requirement covers a coordinated suite of specialized maritime services at the Charlestown Navy Yard, Boston National Historical Park. Key services include:
- Vessel mooring (inspection and adjustment of lines for USS Cassin Young and historic caisson)
- Underwater hull cleaning and inspection (for USS Cassin Young and a modern barge)
- Fuel tank cleaning and gas-free certification (for a fuel tank aboard USS Cassin Young)
- Marine debris removal (abandoned materials near USS Constitution)
- Repair, modification, and installation of public access systems (aluminum pier brow and gangway for USS Cassin Young)
- Targeted Ultrasonic Thickness (UT) Testing of the USS Cassin Young's exterior hull. Work hours are generally Monday through Friday, 7:00 a.m. to 4:30 p.m., requiring coordination with the Government's Contracting Officer's Representative (COR) and adherence to Navy security requirements.
Contract Details
- Contract Type: Firm-Fixed-Price Purchase Order
- Period of Performance: Anticipated May 15, 2026, to May 14, 2027
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 488390 (Other Support Activities for Water Transportation)
- Small Business Size Standard: $47 Million
- Product Service Code (PSC): J020 (Maintenance, Repair And Rebuilding Of Equipment: Ship And Marine Equipment)
- Wage Determination: Bidders must adhere to the U.S. Department of Labor's Service Contract Act Wage Determination 2015-4047 Rev 32, which specifies minimum wage rates and fringe benefits for applicable occupations in Massachusetts.
Submission & Evaluation
- Quotes Due: May 1, 2026, by 12 PM ET.
- Submission Method: Email to Samuel_McKenzie@ios.doi.gov.
- Questions Deadline: April 27, 2026, by 10:00 AM ET, submitted to Samuel McKenzie.
- Site Visit: A pre-bid site visit is scheduled for Thursday, April 23, 2026, from 12 PM to 1:30 PM ET at 21 Second Ave, Boston, MA.
- Evaluation Factors: Award will be made to the lowest-priced, responsible Offeror whose offer is technically acceptable. Evaluation will consider:
- Project Experience: Demonstrated experience of similar scope, complexity, and delivery responsibility (3 projects in past 5 years, general resumes for key personnel, list of subcontractors). Experience with historic vessel maintenance is a plus.
- Past Performance: Provide 3 references with positive evaluations (contract details, dollar value, POC). Subcontractor past performance will be considered.
- Price: Pricing for each CLIN, including base and options.
- Pricing Validity: Quotes must be valid for 90 days from receipt of proposal.
Additional Notes
Offerors must submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items. Electronic invoicing and payment will be processed through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). This announcement constitutes the only solicitation; no separate written solicitation will be issued.