Maintenance, Repair, and Preservation YT-802
ID: N4523A26Q1002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

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

    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking qualified contractors for a Firm-Fixed-Price contract focused on the maintenance, repair, and preservation of the YT-802 vessel, scheduled from July 1 to September 24, 2026. The project entails comprehensive tasks including hull inspections, replacement of zinc anodes, blasting and preserving various surfaces, and ensuring compliance with safety and environmental regulations. This procurement is a total small business set-aside under NAICS code 336611, and interested contractors must submit their quotes by January 21, 2026, following a mandatory ship check on January 13, 2026. For further inquiries, potential bidders can contact Hailee Scheibner at hailee.c.scheibner.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the docking and maintenance requirements for the YT-802 vessel, VALIANT, with a prepared date of September 23, 2025. The contract specifies general requirements, references, and detailed work instructions for hull, structural, and machinery repairs, as well as preservation, environmental management, and testing. Key tasks include replacing zinc anodes, blasting and preserving hull surfaces and decks, performing inspections (UT and VT), and conducting 15-year maintenance on Schottel Drive Units. The contractor is responsible for providing electrical service, secure office space, and maintaining the vessel's care, along with adhering to strict safety, quality, and environmental regulations. The SOW emphasizes compliance with commercial marine industry standards, timely reporting, and effective management of hazardous waste, requiring various documentation and certifications throughout the project.
    The J-2 Price Proposal Worksheet provides instructions for contractors to accurately fill out pricing information for government submittals. Contractors must complete all yellow-highlighted fields, which include company and date, labor mix and rates, labor categories (e.g., Shipfitter, Welder), regular and overtime labor hours, and other applicable data. The worksheet autopopulates company and contract details from previous entries, and locked cells auto-calculate totals. Contractors must ensure all yellow cells are completed before submission. Facilities Capital Cost of Money (FCCOM) is optional; if included, it must be calculated using the CASB-CMF form. The document outlines specific work package proposals, including labor costs, material prices, and other direct costs (ODCs), with an emphasis on maintaining consistent labor and profit rates for all contract modifications.
    This document is a
    The Contract Performance Data Sheet (N4523A26Q1002, Attachment 4) is a critical document for evaluating contractor performance on government contracts. It collects detailed information such as contractor name, contract number, type (FFP, Cost Reimbursement, or Other), and a description of items or services. The form also captures contract quantity, period of performance, and customer details, including a point of contact for verification. A key section includes seven yes/no questions assessing performance metrics like adherence to schedule and specifications, instances of required rework or modifications, contract terminations, and quality awards. This sheet also prompts for a narrative description of corrective actions taken to address problems and their success. The document serves as a comprehensive tool for government agencies to track and verify contractor performance, ensuring accountability and compliance within federal, state, and local RFP and grant processes.
    The Corporate Experience Data Sheet (Form N4523A2Q1002) is a six-page document designed for contractors to detail their corporate experience in support of federal government RFPs, grants, and state/local RFPs. This form requires contractors to provide essential administrative information, including their name, contract number, completion date, and contract type (FFP, Cost Reimbursement, or Other). It also asks for a description of items/services, contract quantity/period of performance, customer name, and customer point of contact (POC) with their title, phone number, and email for verification. A key component of the data sheet is the narrative section, where contractors must provide specific experience to support technical factors and sub-factors related to corporate experience, as specified in sections of the solicitation (e.g., 52.212-2 or Section L). This document is critical for evaluating a contractor's past performance and capabilities in the context of government procurements.
    Attachment 6, titled
    The document provides instructions for obtaining security badges to access a ship check related to Solicitation N4523A26Q1002 YT-802. Applicants must use the Base Authorization and Visit Request (BAVR) online system, filling out mandatory fields and specifying the purpose of the visit as "Attending One Day Ship Check for Solicitation N4523A26Q1002 YT-802." Chontay Woodruff is to be listed as the sponsor. After submission, applicants must email Sean Carney, Chontay Woodruff, and Alexandra Vanderpool to confirm their BAVR submission. Chontay Woodruff will assist with badge processing, and Sean Carney is the contact for any questions.
    This government file details a financial tracking document for the YT-802 Valiant ship/vessel, likely related to a federal contract or grant. It outlines a Period of Performance (POP) from July 1, 2026, to September 24, 2026. The document is structured to track various financial components including 'Prime MH,' 'Prime Material,' 'Prime Total,' 'SubC Labor,' 'SubC Material,' 'SubC Total,' 'Fringe,' 'Overhead,' 'G&A,' 'Profit,' and 'Total Price' for 30 different requests. However, all monetary values and the 'Overall Growth Management Program Value' are currently listed as 'TBD' or '$ -', indicating that this is a template or an initial stage of a financial proposal where specific costs are yet to be determined. The document also includes placeholders for 'Contract Established Rates' such as 'Labor Rate/MH,' 'Fringe Rate,' 'Overhead Rate,' 'G&A Rate,' and 'Profit Rate.' This suggests it is a framework for a future cost-reimbursement or time-and-materials contract, awaiting detailed financial inputs.
    The document provides instructions for requesting Exhibit A CDRLs (Contract Data Requirements Lists) and DIDs (Data Item Descriptions) for the N4523A26Q1002 YT-802 ROH solicitation. To obtain these documents, interested parties must send an email with the subject line “N4523A26Q1002 YT-802 ROH Exhibit A CDRLs and DIDs Request” to either Hailee Scheibner at hailee.c.scheibner.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil. The requested Exhibit A CDRLs and DIDs will be delivered to the requester via DoD SAFE.
    The document appears to be a highly abbreviated, possibly corrupted or encoded, government file, making a precise summary challenging. However, based on the discernible fragments, it seems to outline specifications or requirements for two distinct items or services, labeled as sections 'XY ; Z =' and 'e ; :'. Both sections include categories such as 'DELIVERY DATE', 'PURCHASING', 'UNIT OF TIME', and 'OVERSEAS DELIVERY', along with 'COST PER' and 'TOTAL COST'. This structure strongly suggests the document is a request for proposal (RFP) or a similar procurement document, detailing the acquisition of goods or services. The repeated 'DELIVERY DATE' and cost-related fields indicate a focus on logistical and financial aspects of procurement. The presence of 'QUANTITY' and 'UNIT PRICE' further supports this interpretation, implying a need for specific quantities of items or services at a given price. Given the context of government RFPs, federal grants, and state/local RFPs, this document likely serves as a preliminary outline for an agency's purchasing requirements, inviting bids or proposals from potential vendors.
    The Request for Quote N4523A26Q1002 is for the maintenance, repair, and preservation of the YT-802 vessel, issued by Puget Sound Naval Shipyard and Intermediate Maintenance Facility. Quotes are due by January 21, 2026, and clarification requests by January 7, 2026. The contract is a Firm Fixed Price type with a performance period from July 1 to September 24, 2026, in the Puget Sound, WA region. Offerors must submit a Government Property Management System Plan or confirmation of an approved system. A mandatory ship check is scheduled for January 13, 2026, requiring specific PPE. The solicitation includes a Growth Management Program using the Level of Effort to Completion procedure for additional work, with 2,798 man-hours and $21,664.83 in materials allocated. Contract financing will be provided via progress payments. Subcontractor inquiries must go through the prime contractor. This solicitation incorporates various FAR and DFARS clauses, including those for electronic invoicing via Wide Area WorkFlow (WAWF) and unique item identification.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair and Modernization IDIQ YC-UF-UFDD
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking contractors for the Repair and Modernization Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract for U.S. Navy waterborne barges in Washington State. The contract will cover repair and modernization services for YC, UF, and UFDD barges, requiring expertise in hull, mechanical, and electrical design, with typical projects including vessel husbandry, welding, painting, and electrical repairs. The anticipated ordering period spans five years from April 2026 to April 2031, with a total small business set-aside under NAICS code 336611. Interested contractors must register with the System for Award Management (SAM) and can contact Jeff Jaeckel or Christopher Campbell for further information. Proposals are expected to be solicited in January 2026.
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the 65 FT Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance expected from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    CGC VISE DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for the drydock repairs of the USCGC VISE (WLIC 75305) and the USCG 68A BARGE (68012) for Fiscal Year 2026. This procurement, set aside for small businesses under NAICS Code 336611, requires contractors to provide all necessary materials, equipment, and personnel for repairs scheduled from approximately March 10, 2026, to May 19, 2026, at their shipyard. The project encompasses a comprehensive range of maintenance tasks, including hull inspections, propulsion system overhauls, and fire prevention measures, which are critical for the operational readiness of these vessels. Interested parties must submit their quotations by January 29, 2026, with questions due by January 23, 2026, and can contact Iran N. Walker at Iran.N.Walker@uscg.mil or 757-628-4563 for further information.
    52000QR260001642 USCGC FLORENCE FINCH HULL CLEANING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and zinc renewal of the USCGC FLORENCE FINCH, scheduled to take place from January 13-16, 2026. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring thorough cleaning of underwater surfaces while adhering to specified maintenance procedures. This procurement is crucial for maintaining the operational readiness and longevity of the vessel, which is vital for Coast Guard missions. Interested vendors must submit their firm-fixed price quotations by January 8, 2026, and can direct inquiries to Timothy Ford or Joshua Miller via the provided email addresses.
    USCGC-KUKUI-DOCKSIDE-REPAIRS AMENDMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC KUKUI (WLB 203), a 225-foot Seagoing Buoy Tender. The scope of work includes essential repairs such as cleaning and inspecting tanks, servicing hydraulic equipment, renewing piping, replacing windows, and preserving decks, with the performance period anticipated from March 31, 2026, to June 9, 2026. This procurement is crucial for maintaining the operational readiness of the vessel, which plays a vital role in maritime operations. Interested companies, including small businesses and those owned by veterans or women, must submit their responses by December 31, 2025, at 2:00 PM EST, to the primary contacts, Jayne Gluck and Sandra A. Martinez, with the necessary documentation to support their business size status and intent to bid.
    USNS HENRY J. KAISER FY 27 ROH/DD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors to prepare for and accomplish the Regular Overhaul and Dry Docking of the USNS HENRY J. KAISER (T-AO 187) as outlined in the forthcoming solicitation. This contract will involve comprehensive ship repair services, with the anticipated performance period set from December 15, 2026, to April 13, 2027, at the contractor's facility on the West Coast. The opportunity is significant as it pertains to the maintenance and operational readiness of a key naval vessel, ensuring continued support for maritime operations. Interested parties are encouraged to submit capability statements or proposals, and should contact Bryan Makuch at bryan.makuch@navy.mil or 564-226-1259 for further information. The solicitation is expected to be released around January 16, 2026, and access to technical data will require signing a Non-Disclosure Agreement as detailed in the attached documentation.
    USCGC ESCANABA Dockside Repairs FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform dockside repairs on the USCGC ESCANABA (WMEC-907) for fiscal year 2026. The scope of work includes structural, electrical, and coating preservation tasks, with specific requirements for cleaning, inspecting, and overhauling various ship components, as well as adherence to federal acquisition regulations and Coast Guard standards. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with safety and performance standards. Interested contractors must submit their proposals by January 13, 2026, and can contact Chelsea Clark at Chelsea.Clark@uscg.mil or Kaity George at kaity.george@uscg.mil for further information.
    YC-1381 OVERHAUL
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the overhaul of the YC-1381 vessel, with a performance period from March 1 to June 30, 2026. This procurement requires contractors to provide comprehensive labor, materials, and equipment for maintenance tasks, including towing, dry docking, hull cleaning, and structural repairs, adhering to specific naval standards and regulations. Eligible firms must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) and be authorized to operate in Japan. Proposals are due by January 22, 2026, and interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil for further information.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.