ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Maintenance, Repair, and Preservation YT-802

DEPT OF DEFENSE N4523A26Q1002
Response Deadline
Jan 21, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified contractors for the maintenance, repair, and preservation of the YT-802 vessel, Valiant. The procurement involves extensive work including hull repairs, preservation tasks, and inspections, with the contract set to be awarded as a Firm-Fixed-Price agreement. This project is critical for ensuring the operational readiness and longevity of the vessel, which is a key asset for naval operations. Interested small businesses must submit their proposals by January 28, 2026, and are required to be registered with the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential offerors can contact Hailee Scheibner at hailee.c.scheibner.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.

Classification Codes

NAICS Code
336611
Ship Building and Repairing
PSC Code
J019
MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS

Solicitation Documents

21 Files
C8 Solcitiation.pdf
PDF2165 KBJan 20, 2026
AI Summary
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.
C8 Attachment 3 RFC Form.docx
Word23 KBJan 20, 2026
AI Summary
This document is a
Solicitation Amendment N4523A26Q10020001 SF 30.pdf
PDF172 KBJan 20, 2026
AI Summary
The document details an amendment or modification to a contract or solicitation, focusing on administrative changes and updates to contact information and points of contact. Key changes include modifications to specific clauses and items within the contract, particularly concerning administrative amendments to contract numbers and the identification of authorized representatives for signing. The document outlines procedures for submitting and effective dates for these changes, emphasizing the importance of proper authorization and documentation. It also provides a structured format for amendment forms, including fields for contract numbers, effective dates, and issuer details. This ensures all modifications are formally recorded and legally binding.
C8 Attachment 1 Statement of Work.pdf
PDF969 KBJan 20, 2026
AI Summary
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.
C8 Attachment 2 Price Proposal Worksheet.xlsx
Excel99 KBJan 20, 2026
AI Summary
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.
Solicitation Amendment N4523A26Q10020003 SF 30.pdf
PDF536 KBJan 20, 2026
AI Summary
This government solicitation outlines a two-part Growth Management Program (GMP) for managing growth work efficiently. It details the Level of Effort (LOE) to Completion process, specifically utilizing the BS@ to Completion procedure. The document provides a six-step process for executing growth work under BS@, including contractor reporting, scope determination by the Contracting Officer, pricing by the contractor, endorsement by the Project Manager, negotiation and signing by the Contracting Officer, and final sign-off. It specifies an LOE of 827.75 man-hours and $89,000.78 in materials. The solicitation also provides details on offeror requirements for a Property Management System Plan and outlines a site visit on January 23, 2024, at Naval Base Kitsap, Bremerton, WA, requiring advance notification for attendance and security badge applications.
Government Response to RFC 007-008.pdf
PDF64 KBJan 20, 2026
AI Summary
The document details responses to two questions regarding an Request for Proposal (RFP) or similar government solicitation, likely for a federal contract. Question 007 from KTR requested an extension to the solicitation due date due to an unresponsive OEM subcontractor, which was granted, moving the deadline to January 28, 2026, at 12:00 PM PST. Question 008, also from KTR, sought an extension to the period of performance by four weeks because equipment overhaul, including transportation, removal, and installation, would exceed the allocated time. In response, the vessel availability was updated to July 1, 2026, through October 22, 2026. This indicates adjustments in project timelines to accommodate subcontractor delays and logistical challenges.
C9 N4523A26Q1002 YT-802 Amendment 0002.pdf
PDF616 KBJan 20, 2026
AI Summary
Amendment 0002 to Solicitation N4523A26Q1002, issued by Puget Sound Naval Shipyard IMF, updates Attachment 1 Statement of Work, Attachment 6 Drawings & References, and Responses to RFC's. The proposal due date remains unchanged at January 21, 2026, at 12:00 PM PST. This amendment adds "C9 Attachment 1 Statement of Work Errata 2" and deletes "Attachment 1 Statement of Work - Errata 1." All other terms and conditions of the original solicitation remain in full force and effect. This document ensures that potential offerors have the most current information for their proposals.
C9 Attachment 1 Statement of Work Errata 2.pdf
PDF744 KBJan 20, 2026
AI Summary
This government Statement of Work (SOW) outlines the docking and maintenance requirements for the YT-802 vessel, Valiant. The project includes extensive repairs such as hull, structural, main deck, and machinery system overhauls, along with preservation, testing, and environmental management. Key aspects cover contractor responsibilities for schedules, safety, quality control, and hazardous waste disposal. The SOW emphasizes compliance with commercial marine standards, regulatory bodies, and specific reporting requirements (CDRLs). It also details requirements for contractor facilities, personnel qualifications, and emergency preparedness, including a heavy weather plan, ensuring comprehensive vessel maintenance and operational readiness.
Government Response to RFC 005-006.pdf
PDF149 KBJan 20, 2026
AI Summary
This government response clarifies two questions regarding an RFP for fender installation on a vessel. The first question concerned a missing drawing (DWG 8774034 Rev 1), which the government confirmed has been provided. The second question addressed the installation method of D-rubber fenders. The contractor observed that the current installation uses pins and chevrons, differing from the through-bolt method depicted in reference drawing 600 SK10812. The government's intent is to remove the existing chevrons and establish fixed mounting plates for the fender brackets, clarifying that drawings 45000 Rev 4, 8774034 Rev 1, SK10812, and SK10901 are relevant to specific hull locations, with SK10901 providing guidance for fender mounting plate modifications after chevron removal.
N4523A26Q1002 Government Responses to RFC 001-004.pdf
PDF90 KBJan 20, 2026
AI Summary
The document contains government responses to contractor questions regarding Request for Comment (RFC) 001-003 N4523A26Q1002, likely an RFP. The responses clarify technical specifications for a Fresh Air Make-Up Unit (FAMU), provide details on existing equipment (Technicold by Northern Lights MA500VHB), and direct the contractor to updated documentation for referenced drawings. Additionally, the government addressed a query about a 12-year service life coating system by referencing a revision in the Statement of Work (SOW) and clarified errors in the Attachment 2 Price Proposal Worksheet, assuring that hidden rows for other projects would not impact pricing and providing a revised version.
Attachment 1 Statement of Work - Errata 1.pdf
PDF742 KBJan 20, 2026
AI Summary
This government Statement of Work (SOW) outlines the requirements for docking and maintenance work on the YT-802 vessel, Valiant. The contract, solicitation number N4523A26R1103, details general requirements, references, and specific work requirements. Key tasks include hull and structural repairs, tank preservation, system repairs (propulsion, steering, electrical, piping, weight handling), and extensive preservation work on the hull, decks, and superstructure. The contractor is responsible for providing all materials, labor, and insurance, coordinating with the Government for vessel delivery and pickup. The SOW emphasizes high-quality workmanship, adherence to commercial marine industry standards, and strict compliance with safety, environmental, and hazardous waste management regulations. It also specifies detailed reporting, meeting schedules, and availability requirements, including providing on-site facilities for Government representatives. Testing, inspections, and process control procedures are rigorously defined, ensuring all work meets specified criteria before vessel redelivery.
C8 Attachment 2 Price Proposal Worksheet Rev1.xlsx
Excel90 KBJan 20, 2026
AI Summary
The document provides detailed instructions for contractors on completing the J-2 Price Proposal Worksheet for government submittals. Contractors must fill in all yellow-highlighted fields, including company and date, labor mix and rates (regular and overtime hours for categories like Shipfitter, Welder, Electrician), and specific project information. Non-yellow cells are locked and auto-calculate. If using Facilities Capital Cost of Money (FCCOM), it must be calculated using the CASB-CMF form; otherwise, contractors should mark these cells as N/A. The document emphasizes ensuring no yellow cells remain before submission and notes that labor and profit rates used for the base contract will apply to all modifications. It outlines various work packages, including hull, deck, tank, and system repairs, along with other direct costs (ODC) such as travel and materials, for both prime and subcontractors.
C8 Attachment 4 Past Performance.docx
Word26 KBJan 20, 2026
AI Summary
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.
C8 Attachment 5 Corporate Experience.docx
Word30 KBJan 20, 2026
AI Summary
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.
C8 Attachment 6 Drawings and References Request.pdf
PDF161 KBJan 20, 2026
AI Summary
Attachment 6, titled
C8 Attachment 7 BAVR Instructions.pdf
PDF192 KBJan 20, 2026
AI Summary
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.
C8 Attachment 8 Growth Management Request Form.docx
Word28 KBJan 20, 2026
AI Summary
The
C8 Attachment 9 Growth Management Program Tracking Log.xlsx
Excel25 KBJan 20, 2026
AI Summary
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.
C8 Exhibit A CDRLs and DIDs Request.pdf
PDF155 KBJan 20, 2026
AI Summary
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.
C8 Exhibit B GFP Attachment.pdf
PDF57 KBJan 20, 2026
AI Summary
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.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 22, 2025
amendedAmendment #1· Description UpdatedJan 13, 2026
amendedAmendment #2· Description UpdatedJan 16, 2026
amendedLatest Amendment· Description UpdatedJan 20, 2026
deadlineResponse DeadlineJan 21, 2026
expiryArchive DateFeb 5, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
PUGET SOUND NAVAL SHIPYARD IMF

Point of Contact

Name
Hailee Scheibner

Place of Performance

Bremerton, Washington, UNITED STATES

Official Sources