Maintenance, Repair, and Preservation of YT-800 ROH

SOL #: N4523A25R1053Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

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 31, 2025
2
Last Updated
Mar 6, 2025
3
Submission Deadline
Mar 17, 2025, 8:00 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.

06 MARCH 2025: RFC answers 01-14 are posted.

_______________________

05 MARCH 2025: RFC answers 01-13 are posted.

_________________________

05 MARCH 2025: PURPOSE: The purpose of this amendment is to update Attachment J-1 Statement of Work as of 05 March 2025.

____________________________________

26 FEBRUARY 2025: Updating the extended proposal submission date in the posting.

___________________________

25 FEBRUARY 2025 Amendment 0002: The purpose of this amendment is to update the Period of Performance from 2 June 2025 to 26 September 2025 to 16 June 2025 to 10 October 2025. The proposal due date and time is extended to 17 March 2025. Additionally, RFC answers 01-11 are posted.

_____________________

24 FEBRUARY 2025 Amendment 0001: The purpose of this amendment is to correct the delivery schedule and update the Attachment J-1 Statement of Work as of 21 February 2025. Additionally, RFC answers 01-09 are posted.

______________________

The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS and IMF), Bremerton, Washington intends to award a stand-alone Firm-Fixed-Price contract to accomplish maintenance, repair, and preservation of one (1) Harbor Tug, Manhattan (YT-800).

The YT-800 characteristics are 109 FT length, 31 FT width, 14 FT Draft, 356 L Tons displacement, 283 L Tons Light Load, 60 years of age, and hull material is steel. The Contractors facility must possess the capability of accommodating one (1) Harbor Tug, Manhattan (YT-800) 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 Officers Representative (COR) to deliver the vessel to the Contractors facility. Upon docking vessel, wash, clean, and perform hull maintenance work to the vessel. Blast and/or preserve the hull and various locations. Perform visual and ultrasonic inspections throughout the vessel. Perform various electrical, electronic, mechanical, plumbing, and piping system repair tasks. Accomplish engine, generator, and Schottel propulsion maintenance and repair work. Accomplish Alteration YT 800-0100D. Alterations to include the following items: new generator set foundations, deck plate modifications, new duplex filter foundations, modify electrical distribution system, IC (Interior Communications) Alarm system Alterations, replace piping and valves for the fuel oil and engine cooling water. Replace all fendering hardware. All work will be accomplished at contractor?s facilities. See paragraph 4.0 for Government Furnished Material (GFM). Undock the vessel. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR.

The vessel availability is scheduled to be 02 June 2025 to 26 September 2025.

This is a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,300 employees. 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.

People

Points of Contact

ALICE ROBERTSONPRIMARY
Christopher DavidsonSECONDARY

Files

Files

Download
Download
Download
Download
Download
View
View
View
View

Versions

Version 15Viewing
Solicitation
Posted: Mar 6, 2025
Version 14
Solicitation
Posted: Mar 6, 2025
View
Version 13
Solicitation
Posted: Mar 5, 2025
View
Version 12
Solicitation
Posted: Mar 5, 2025
View
Version 11
Solicitation
Posted: Mar 5, 2025
View
Version 10
Solicitation
Posted: Mar 5, 2025
View
Version 9
Solicitation
Posted: Feb 26, 2025
View
Version 8
Solicitation
Posted: Feb 26, 2025
View
Version 7
Solicitation
Posted: Feb 25, 2025
View
Version 6
Solicitation
Posted: Feb 25, 2025
View
Version 5
Solicitation
Posted: Feb 24, 2025
View
Version 4
Solicitation
Posted: Feb 24, 2025
View
Version 3
Solicitation
Posted: Feb 24, 2025
View
Version 2
Solicitation
Posted: Jan 31, 2025
View
Version 1
Solicitation
Posted: Jan 31, 2025
View