Radar Depot Mast Thermal Spray Services IDIQ
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 Department of the Navy, specifically the Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), is soliciting proposals for Radar Depot Mast Thermal Spray Services under a Firm-Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract. This Total Small Business Set-Aside opportunity requires the restoration of AN/BPS-16 and AN/BPS-15 radar mast sub-assemblies for various submarine classes. Proposals are due by May 27, 2026, at 12:00 PM PT.
Scope of Work
The awarded contractor will provide all necessary personnel, facilities, equipment, and materials to perform thermal spray repair services on submarine radar mast tubes. This includes refurbishing outer surfaces due to wear and corrosion, ensuring compliance with NAVSEA certified thermal spray deposition processes and maintaining SUBSAFE/Level 1 certifications. The scope covers AN/BPS-16 and AN/BPS-15 variants for SSBN 726, SSN 21, SSN 688, SSN 688I, SSN 774, and SSBN 741-743 Class submarines. Repairs involve specific thermal spray materials like Monel (NiCu) or Nickel-Aluminum-Molybdenum (NiAlMo) bond coats with Alumina-Titania finish coats. The work will be performed at the contractor's facility (CONUS).
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ)
- Set-Aside: Total Small Business Set-Aside (NAICS 332812, 600-employee size standard)
- Period of Performance: August 3, 2026, to August 2, 2031 (5 years)
- Ordering Period: Five years through August 2, 2031
- Minimum Order: $1,000.00
- Maximum Order: $750,000.00
- Minimum Guarantee: $1,000.00
- Place of Performance: Contractor's Facility (CONUS)
- Government Furnished Property (GFP): Includes items like TUBE, ROTARY; MAST, INNER; HOUSING, OUTER; and MAST, RADAR (detailed in Exhibit A).
Submission & Evaluation
- Proposal Due Date: Wednesday, May 27, 2026, at 12:00 PM Pacific Time (PT)
- Clarification Request Deadline: Wednesday, May 16, 2026, at 12:00 PM Pacific Time (PT)
- Submission Method: Via email to Katherine Lauer (katherine.e.lauer.civ@us.navy.mil) and Edwin Baldoria (edwin.m.baldoria.civ@us.navy.mil).
- Evaluation Basis: Lowest Priced Technically Acceptable (LPTA), considering technical capabilities, past performance, and price.
- Key Technical Factors: NDT Qualification Data, Thermal Spray Qualification Data, Property Management Plan, and Small Business Representation.
- Required Submissions: Completion of Attachment 2 (ELIN Table), a copy of the internal Government Property Management System Plan, and Attachment 3 (Past Performance Data Sheet).
- Mandatory: Offerors must be registered in SAM.gov. A SUBSAFE Memorandum of Agreement (MOA) with Trident Refit Facility Bangor (TRFB) is required for non-certified contractors.
Key Attachments
- Attachment 1 (SOW): Detailed requirements for thermal spray services.
- Attachment 2 (ELIN Table): Anticipated quantities for mast components across ordering periods.
- Attachment 3 (Past Performance): Template for past performance information.
- Exhibit A (GFP Attachment): Lists Government Furnished Property.
- Exhibit B & Attachment 5 (Drawings/References Request): Instructions for requesting technical drawings and references via DoD SAFE.
- Exhibit C (MOA Template): Template for the SUBSAFE MOA with TRFB.
- Attachment 4 (Clarification Form): Form for submitting questions.