Ultrasonic Testing and Report for Dry Dock Caisson
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 Southwest Regional Maintenance Center (SWRMC) is seeking proposals for Ultrasonic Testing and Report services for the Graving Dock Caisson at Naval Base, San Diego, CA. This is a Combined Synopsis/Solicitation (RFQ N5523626Q0020) issued as a Total Small Business Set-Aside. The primary objective is to perform comprehensive ultrasonic testing and provide a detailed report of findings. Quotes are due by February 3, 2026, at 11:00 AM Pacific.
Scope of Work
The contractor will perform ultrasonic testing on the entire hull plating, top deck, machinery deck, internal strength decks, bulkheads, and buoyancy chambers of the Graving Dock Caisson. Measurements will be taken on an 8-foot on-center grid for hull plating and 6-foot on-center for internal structural members. Testing will also cover plate stiffeners, truss frame members, and closure gate plate stiffeners. A comprehensive UT Inspection Report is required, documenting test locations, measured thicknesses, and estimated material loss. All Architect-Engineer (A-E) Services under the contract must be performed.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ N5523626Q0020)
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 541330 – Engineering Services
- Place of Performance: U.S. Navy San Diego Graving Dock, Southwest Regional Maintenance Center, San Diego, CA.
- Period of Performance: February 19, 2026 – June 1, 2026
Evaluation Factors
Award will be made to the responsible offeror whose quote is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. Evaluation factors include:
- Technical Acceptability: Ability to meet the required delivery date and Statement of Work minimum requirements.
- Price: Evaluated for reasonableness.
- Past Performance: Assessed for recency, relevancy, source, context, and general trends, utilizing the Supplier Performance Risk System (SPRS).
Special Requirements & Deliverables
Contractors must coordinate with subconsultants for UT, ensure no removal or disturbance of the caisson's intact coating system (readings through paint), and account for coated steel plating and non-skid deck areas requiring potential scaffolding. Work involves confined spaces, necessitating a Safety Plan/Accident Prevention Plan (APP) and an A-E Site Visit Request for approval prior to each field investigation. SWRMC will dewater ballast tanks one at a time, requiring 24-hour notice. NBSD DBIDS procurement is required for entry. Key deliverables include the APP and the Final UT Survey Report. Survey of measurements inside Caisson Ballast Tanks must be completed by March 16, 2026, and the Final UT Survey Report by June 1, 2026.
Submission & Contact
Quotes must be emailed to Edward Dean (edward.b.dean5.civ@us.navy.mil) and Suzanne Shin (suzanne.j.shin.civ@us.navy.mil) by February 3, 2026, 11:00 AM Pacific. Site visits are highly encouraged and available upon request; contact Raymond Skillman (raymond.j.skillman.civ@us.navy.mil, 619-251-0528) or Jeffrey Weber (jeffrey.d.weber13.civ@us.navy.mil, 619-507-8019) at least one day prior to confirm. Questions must be submitted by January 29, 2026, 11:00 AM Pacific.