Maintenance, Repair, and Preservation of Bangor Caisson 1 Prime
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.
The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), Bremerton, Washington intends to award a stand-alone Firm-Fixed-Price contract to accomplish maintenance, repair, and preservation of one (1) Bangor Caisson 1 Prime.
The Bangor Caisson 1 Prime characteristics are length: 108’ -7”, width: 18 FT, height: 65 FT, full displacement: 1,363 L TONS, maximum draft: 35 FT, and hull material: steel.
The Contractor's facility must possess the capability of one (1) Bangor Caisson 1 Prime with the dimensions as stated above. To facilitate proper government oversight, the facility shall be located in the Puget Sound, WA region. For this procurement, the Puget Sound, WA region is defined as the West Coast of the continental US, starting from Olympia, WA and extending northward to Bellingham, WA.
Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officer’s Representative (COR) to pickup, transport (tow) and deliver the asset to and from the Contractor’s facility. Upon docking asset, wash, and clean asset. Contractor is responsible to for the interior and exterior coating renewal; replacement of non-skid; remove existing and install new PRC decking on the operations deck; removal, repair and reinstallation of dewatering pumps and motors; removal of existing and installation of new gate and check valves and associated valve actuators and reach rod assemblies; replacement of interior and exterior zincs; removal of existing and installing new port side rubber seal, opening, pumping, and cleaning tanks and voids; removal of existing light bulbs and installation of new LED bulbs; inspection of weather deck alarm lights and audible horn; replace damaged and missing weather deck safety light and foundation; ultrasonic testing of hull, weather deck, and tank steel; repair weather deck aprons; dock and undock Caisson; and perform dock and sea trials.
Desired Production Start Date: 12/16/2025
Desired Caisson Delivery/Completion Date: On or before 6/17/2026
Required Production Start Date: On or before 3/16/2026
Required Caisson Delivery/Completion Date: No Later Than 9/17/2026
Refer to clause 52.211-9 Desired and Required Time of Delivery regarding desired and required delivery information.
This is full and open competition. All offerors must be registered with the System for Award Management (SAM) to receive award of Government contracts. Offerors are advised also that SAM representations and certifications can be completed electronically via the System for Award Management website at https://www.sam.gov.