PF-613 MERLIN Hauling and Coating
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), through its Suisun Bay Reserve Fleet (SBRF) in Benicia, California, has issued a Combined Synopsis/Solicitation (RFQ) No. 6991PE26Q000005 for PF-613 MERLIN Hauling and Coating. This opportunity is a Total Small Business Set-Aside for firms certified under NAICS code 336611 (Ship Building and Repairing). The Government intends to award a single firm fixed-price purchase order. Quotations are due by May 1st, 2026, at 1:00 PM (PT).
Opportunity Overview
MARAD requires comprehensive services for the PF-613 MERLIN vessel. The scope includes hauling the vessel out of the water, preparing its hull surfaces by sanding, recoating the hull, renewing all anodes, and performing various other repairs as detailed in the Statement of Work (SOW). The work must be performed in the San Francisco Bay area, as the vessel is not deep-seaworthy.
Key Requirements
- Vessel Operations: Haul out and launch the PF-613 MERLIN vessel.
- Cleaning: High-pressure wash hull and topsides.
- Anode Replacement: Renew anodes on the transom and propeller shafts.
- Surface Preparation: Sand and solvent wipe the underwater hull (assuming 10% coating failure, 100% abrasion). Spot clean, feather edges, and abrade existing coating on the freeboard (assuming 10% requires SSPC-SP 3).
- Coating Application: Apply etching primer, two spot coats of Intershield 300V, and two full coats of Interspeed 6400NA to the underwater hull. Apply etching primer, two spot coats of Intershield 300V, and one full coat of Interthane 990HS to the freeboard.
- Shafting: Inspect shafting, bearings, and seals; renew port and starboard shaft seal kits.
- Compliance: Adhere to American Bureau of Shipping, US Coast Guard, OSHA, and other relevant standards.
- Waste Management: Contractor is responsible for hazardous waste handling and disposal.
- Supplemental Work: Be prepared for potential additional work via Delivery Orders, with estimated allowances for labor and materials.
Contract Details
- Contract Type: Firm Fixed-Price Purchase Order
- Period of Performance: 60 days after award
- Place of Performance: Benicia, CA (Suisun Bay Reserve Fleet) and San Francisco Bay area facilities.
Eligibility & Submission
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 336611 (Ship Building and Repairing) with a 1,300-employee size standard.
- SAM Registration: Required for eligibility.
- Questions Due: April 24th, 2026, 1:00 PM (PT) to jon.meagher@dot.gov.
- Quotations Due: May 1st, 2026, 1:00 PM (PT) to jon.meagher@dot.gov.
- Submission Format: Electronic via email. Quotations must include experience/past performance (up to three relevant projects within 3 years, one page each) and a separate price quotation valid for at least 30 days.
Evaluation Criteria
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. The Government plans to award a single purchase order to the lowest-priced offeror that meets or exceeds technical acceptability standards and has an acceptable or neutral past performance. The evaluation process will first assess the lowest-priced offer for technical acceptability and past performance. If it is not acceptable, the next lowest-priced offer will be evaluated, and so on, until a compliant offeror is identified.
- Technical Acceptability: Evaluates the quoter's understanding of requirements and expertise. A quoter without relevant experience within the past three years will receive an "Unacceptable" rating.
- Past Performance: Assesses the quoter's ability to perform successfully based on relevant projects (similar size, scope, and complexity). A neutral rating is given if no relevant past performance record exists.
- Price: Total evaluated price for all contract line items. The Government reserves the right to award without discussions but may allow clarifications for minor errors.
Important Notes
- FAR/TAR Clauses: Numerous provisions and clauses are incorporated by reference; full text available at acquisition.gov.
- E-Invoicing: Awarded contractors must use DOT's DELPHI iSupplier system for electronic invoicing, requiring registration via login.gov.
- Contact: Jon T. Meagher, Primary Contracting Officer, jon.meagher@dot.gov.