Maintenance, Repair, and Preservation of YC-1588

SOL #: N4523A26Q1005Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
PUGET SOUND NAVAL SHIPYARD IMF
BREMERTON, WA, 98314-5001, United States

Place of Performance

WA

NAICS

Ship Building and Repairing (336611)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Ships, Small Craft, Pontoons, And Floating Docks (J019)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 27, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Apr 10, 2026, 7:00 PM

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 Department of the Navy's Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) intends to award a Firm-Fixed-Price contract for the Maintenance, Repair, and Preservation of YC-1588. This opportunity is a 100% Small Business Set-Aside under NAICS 336611. The work involves comprehensive vessel maintenance, including hull preservation, tank repairs, and structural work, to be performed at the contractor's facility in the Puget Sound, WA region. Quotes are due by April 10, 2026, 12:00 PM PT.

Scope of Work

The contract requires extensive maintenance, repair, and preservation services for the YC-1588, a 110-foot steel hull vessel. Key tasks include:

  • Vessel Handling: Docking, undocking, washing, and cleaning.
  • Hull & Deck Preservation: Ultrasonic measurement of plating thickness, repair of deficient areas, blast and paint preservation of hull and freeboard, and application of a new non-skid system to the main deck.
  • Inspections & Repairs: Required inspections, fender repairs, zinc anode replacement, structural repairs (including handrail removal), and repairs to access covers and watertight hatches.
  • Ballast Tanks: Air testing, opening, cleaning, inspection, and partial preservation of six ballast tanks.
  • Documentation: Verification of vessel drawings and provision of redline drawings reflecting actual conditions.
  • Logistics: Coordination of vessel delivery and redelivery with the Government.

Contract Details

  • Contract Type: Firm-Fixed-Price.
  • Set-Aside: 100% Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 336611 (Ship Building and Repairing), Size Standard: 1,300 employees.
  • Place of Performance: Contractor's facility within the Puget Sound, WA region (West Coast of the continental US, from Olympia, WA northward to Bellingham, WA).
  • Period of Performance: Vessel availability is scheduled from July 1, 2026, to August 27, 2026.
  • Contract Financing: Offerors should review Request for Quote instructions regarding contract financing.

Submission & Evaluation

  • Quote Submission Deadline: April 10, 2026, 12:00 PM Pacific Time (PT).
  • Clarification Submission Deadline: April 1, 2026, 12:00 PM Pacific Time (PT).
  • Evaluation Criteria: Award will be based on the Lowest Priced, Technically Acceptable (LPTA) quote. Technical factors include Corporate Experience, Certifications, Facility capabilities, and Quality Management Plan. Past performance will assess customer satisfaction and timely delivery.
  • Required Submissions: Offerors must complete the Price Worksheet (Attachment 2) and submit a copy of their internal Government Property Management System Plan.

Important Notes

  • Ship Check: A ship check is scheduled for March 26, 2026. Prospective offerors must notify Alexandra Vanderpool by March 17, 2026, to reserve a time. Personal Protective Equipment (PPE) is required, and badge instructions are in Attachment 7.
  • Drawings & References: Access to SOW reference files (Attachment 6) and picture files can be requested via email to Jeff Jaeckel or Nathan DeGuzman, delivered via DoD SAFE. CDRLs and DIDs (Exhibit A) also available upon request.
  • Registration: All offerors must be registered with SAM.gov.
  • Contacts: Jeff Jaeckel (jeff.a.jaeckel.civ@us.navy.mil) and Nathan DeGuzman (nathaniel.d.deguzman.civ@us.navy.mil).

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
Version 1
Sources Sought
Posted: Jan 27, 2026
View
Maintenance, Repair, and Preservation of YC-1588 | GovScope