JRRF Drydocking and Repair of the PF205 Patrol Boat
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), James River Reserve Fleet (JRRF), located in Ft. Eustis, Virginia, has issued a Combined Synopsis/Solicitation for the Drydocking and Repair of the PF205 Patrol Boat. This requirement is a Total Small Business Set-Aside and seeks a contractor with a facility in the Hampton Roads area, including the James River and its tributaries. The Government intends to award a firm fixed-price purchase order. Quotations are due by June 1, 2026, at 12:00 PM ET.
Scope of Work
The contractor will be responsible for the comprehensive drydocking and repair of the PF205 Patrol Boat. The period of performance for dry-docking is 60 days upon delivery of the vessel to the contractor's facility. Key services include:
- Drydocking and Delivery: Receiving the PF205 at the contractor's Hampton Roads facility.
- Vessel Services: Mooring, line handling, crane services, fire protection, compressed air, and temporary lighting.
- Repairs & Maintenance: Removals, restorations, reassemblies, gas-freeing, welding to ABS and USCG standards, surface preparation and painting, ultrasonic testing of hull components, air testing of inaccessible voids, plate renewal, structural repairs, hull cleaning and abrasive blasting.
- Component Overhaul: Inspection, repair, and reinstallation of rudder, propeller, and propeller shaft. Replacement of cabin windshield, main deck hatch gaskets, sea valves, and hoses.
- Tank Services: Fuel tank cleaning and inspection.
- Materials: All materials must conform to original vessel design. Government-furnished equipment (GFE) will be provided for specific items such as zincs, shaft drivesavers, and dripless shaft seals.
- Standards: All work must meet the highest shipbuilding practices and satisfy the Contracting Officer's Representative (COR), adhering to regulatory bodies like USCG, ABYC, USPHS, OSHA, and IEEE.
Contract Details
- Type: Firm Fixed-Price Purchase Order
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336611 (Hazardous Waste Collection) - Note: This NAICS code is specified in the solicitation.
- Estimated Award Date: On or around June 8, 2026.
- Place of Performance: Contractor's facility in the Hampton Roads area (Newport News, VA, and surrounding waterways).
Submission & Evaluation
- Quotation Submission: Electronically via email to the Contracting Officer by June 1, 2026, at 12:00 PM ET.
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors: Technical Acceptability, Past Performance, and Price.
- Questions: Must be submitted via email by May 18, 2026, at 1:00 PM ET.
- Required Attachments: Bidders must use the provided PF-205 Pricing Sheet (Attachment 2) for detailed cost breakdowns.
- Compliance: Bidders must be registered in the System for Award Management (SAM). Review Attachment 3 for FAR Deviation Text and Attachment 5 for e-invoicing instructions.
Contact Information
- Primary Contact: Krystle Jones (krystle.jones@dot.gov, 504-462-3078)