Maintenance, Repair, and Preservation of YT-800 ROH
ID: N4523A25R1053Type: 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, specifically the Puget Sound Naval Shipyard, is soliciting proposals for the maintenance, repair, and preservation of the YT-800 vessel. This contract, set aside for small businesses, requires contractors to provide comprehensive services including hull maintenance, system repairs, and thorough inspections, ensuring adherence to safety and environmental regulations. The importance of this procurement lies in maintaining the operational readiness and integrity of naval vessels, which are critical to national defense. Interested contractors must submit their proposals by March 17, 2025, and can direct inquiries to Alice Robertson at alice.n.robertson.civ@us.navy.mil or Christopher Davidson at christopher.t.davidson7.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) for the YT-800 Manhattan outlines requirements for docking and maintenance operations on the vessel, emphasizing compliance with high-quality marine standards. The contractor is tasked with transporting the vessel, performing extensive maintenance including hull cleaning, system repairs, and modifications to enhance electrical, mechanical, and piping systems. Specific responsibilities include maintaining a clean workspace, ensuring safety regulations are adhered to, managing hazardous waste, and providing weekly progress reports. The document details rigorous documentation and reporting requirements, with stipulations for inspections at various milestones. A clear chain of command is established for communications between the contractor and government representatives. This SOW framework is pivotal for ensuring operational efficiencies and regulatory compliance in the execution of government contracts related to maritime vessel maintenance.
    The document reviews government responses to various contractor inquiries related to Request for Comments (RFC) N4523A25R1053 for the YT-800 vessel. Key topics include specifications related to the propulsion system, alignment procedures, hose requirements, hazardous waste disposal, and the timeline for bidder questions. The Government clarified that contractors must adhere to existing specifications, particularly regarding alignment readings and pricing inclusivity. Contractors were directed to reference specific tables and documents for additional information and required to manage hazardous waste independently, citing estimates outlined in the Statement of Work. The Government denied requests for extensions on question deadlines and confirmed discrepancies regarding delivery dates, linking stakeholders to amendments posted on relevant platforms. The overall purpose is to ensure contractors receive comprehensive information for accurate project pricing and compliance with specifications during the bidding process.
    The document provides the Government's responses to inquiries regarding the RFP N4523A25R1053 for the maintenance, repair, and preservation of the YT-800 ROH vessel. Key discussions include the specification discrepancies concerning the propulsion system configuration, the intent for contractors to take alignment readings, and requirements for hose specifications and disposal protocols for hazardous materials. The Government clarifies that alignment adjustments are part of contractor pricing and that references to certain specifications can be found online. It addresses requests for additional documentation and photographs, stating that some information may be found through common resources or will be provided upon request. Furthermore, extensions for bidding questions and proposal due dates are denied. The document highlights the complex requirements and the Government's strict adherence to timelines and specifications, ensuring all contractors are aware of their responsibilities within this federal procurement process.
    The document outlines the Statement of Work (SOW) for maintenance and docking of the YT-800 Manhattan vessel, emphasizing high quality marine workmanship and adherence to technical references. Key requirements include the delivery, docking, repair, and undocking of the vessel, which involves hull maintenance, system repairs, and thorough inspections. The contractor is required to provide all necessary materials and support, coordinate with government representatives, and maintain detailed records of progress, personnel qualifications, safety protocols, and environmental management. Central points include the scope of work, qualifications for personnel, safety and environmental regulations, and processes for inspections and documentation. A detailed schedule of reports, including condition findings and inspection discrepancies, must be maintained for government review. The document emphasizes compliance with safety standards and best practices across various work disciplines, ensuring vessel integrity and operational readiness upon completion. The SOW serves as a systematic approach to managing the contract for the vessel's maintenance, showcasing the government's emphasis on safety, accountability, and quality in public sector projects.
    The file outlines government responses to a Request for Comments (RFC) regarding the maintenance, repair, and preservation of the YT-800 ROH vessel. Key topics addressed include equipment specifications, alignment procedures, hose replacements, hazardous waste disposal, and contractor inquiries. The government clarifies that contractors must follow existing specifications, provides guidance for alignment readings, and states that contractors are responsible for hazardous waste generated during contract work. Contractors are required to gather additional reference materials independently and are encouraged to submit any questions related to the solicitation by deadlines outlined, with no extensions granted. The government acknowledges contractor requests for more time and confirms that a new proposal deadline of March 17, 2025, has been established. Overall, the document serves to provide technical clarifications and logistical guidance to potential bidders on the government solicitation for vessel maintenance.
    The document serves as an amendment to a solicitation regarding the delivery schedule and modifications of contract terms for the Puget Sound Naval Shipyard. It outlines procedures for acknowledging receipt of the amendment, emphasizing the need for potential contractors to confirm acknowledgment prior to the specified submission deadline. The amendment corrects delivery dates, extending the timeframe for specified items from April 5, 2025, to September 26, 2025, underscoring changes to the Statement of Work. Additionally, it reflects the conditions under which modifications may occur, including administrative changes and the necessity of signatures for authorization. The attached document contains updates and errata pertinent to the procurement process, vital for ensuring compliance with federal regulations. The overall context indicates a structured oversight typical in government RFPs, where modifications aim to clarify and enhance contract terms for government procurement.
    This government document pertains to an amendment for a solicitation related to the maintenance and repair of the YT-800 vessel at the Puget Sound Naval Shipyard. It outlines key updates including an extension of the proposal submission deadline from March 3, 2025, to March 17, 2025, and modifications to the contract's period of performance, now ranging from June 16, 2025, to October 10, 2025. The amendment specifies changes in the delivery requirements and emphasizes the importance of acknowledging receipt of this amendment to avoid the rejection of offers. Furthermore, it details the proposal submission format and required content across various volumes including technical capabilities, past performance, and pricing. The document highlights the significance of compliance with instructions regarding electronic submissions, clarifications, security requirements for ship checks, and the necessity of maintaining appropriate safety measures. Overall, it serves to ensure a clear understanding of the solicitation’s requirements and facilitate a fair evaluation process for potential contractors.
    Similar Opportunities
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance, repair, and preservation of TWR-7 and TWR-8 vessels at the Puget Sound Naval Shipyard. The procurement aims to ensure high-quality workmanship in accordance with marine industry standards, encompassing tasks such as docking, hull repairs, structural inspections, and system overhauls. This opportunity is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to stringent contract management in defense projects. Interested small businesses must submit their proposals by following the guidelines outlined in the solicitation, with inquiries directed to Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    Dry-Dock: USCG STA BELLINGHAM (45688) FY25 UPDD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for dry-dock repairs at the USCG Station Bellingham under the solicitation titled "Dry-Dock: USCG STA BELLINGHAM (45688) FY25 UPDD." The procurement aims to secure a contractor capable of performing unplanned underwater body repairs on the Coast Guard's RB-M 45 vessels, which includes tasks such as welding, ultrasonic testing, and hull inspections, all while adhering to safety and quality standards. This contract is crucial for maintaining the operational readiness of the Coast Guard fleet, ensuring compliance with federal regulations and operational standards. Interested small businesses must submit their proposals electronically by March 4, 2025, with an anticipated award date of March 11, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.
    USS SHOUP (DDG-86) 5J1 SIA (Yokosuka, JAPAN)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS SHOUP (DDG-86) at the Yokosuka Naval Base in Japan. The contractor will be responsible for executing all work requirements as outlined in the Task Group Instructions (TGIs), which include replacing deck coverings and nonskid systems, ensuring compliance with military standards and specifications. This procurement is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to high-quality ship repair services. Interested contractors must submit their proposals by March 5, 2025, at 10:00 AM Japan Standard Time, and can contact Kazuo Takamura at Kazuo.Takamura.ln@us.navy.mil for further information.
    USNS ROBERT E. PEARY FY25 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Military Sealift Command in Norfolk, is soliciting proposals for the USNS Robert E. Peary FY25 Maintenance and Repair contract. This opportunity is set aside for small businesses and focuses on shipbuilding and repairing services, particularly in non-nuclear ship repair. The successful contractor will play a crucial role in maintaining the operational readiness of naval vessels, which is vital for national defense. Interested parties can reach out to Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or 757-341-6232, or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or 564-226-4879 for further details.
    Propulsor "PC.1A" and "Leading Edge Ring" repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF), is soliciting proposals for the repair of the propulsor "PC.1A" and "Leading Edge Ring" for a Virginia-class submarine. This procurement aims to ensure the operational readiness and maintenance of critical naval assets, emphasizing the importance of high-quality repair services in support of the Navy's mission. Contractors must adhere to stringent safety, health, and security protocols, including compliance with OSHA standards and the submission of an Operations Security (OPSEC) plan prior to contract performance. Interested vendors should contact Christine Aledo at christine.d.aledo.civ@us.navy.mil or Deanna Yoshida at deanna.k.yoshida.civ@us.navy.mil for further details, with the work scheduled to commence between April 17 and April 30, 2025, and a delivery deadline of May 31, 2025.
    Maintenance, Repair, and Preservation of Beluga RCD Barge
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the Puget Sound Naval Shipyard IMF, is seeking contractors for the maintenance, repair, and preservation of the Beluga RCD Barge. The procurement requires comprehensive docking and maintenance work, including transporting the vessel, conducting inspections, performing structural repairs, and ensuring compliance with environmental safety standards. This opportunity is critical for maintaining the operational integrity of the barge, which plays a significant role in naval operations. Interested contractors should reach out to Alice Robertson at alice.n.robertson.civ@us.navy.mil or Nathan DeGuzman at nathaniel.d.deguzman.civ@us.navy.mil for further details, as the presolicitation notice outlines essential requirements and expectations for the project.
    60' Dive Support Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot Dive Support Boat, specifically designed for underwater maintenance and repair operations for the U.S. Navy. The contract includes comprehensive responsibilities for the design, construction, and delivery of the vessel, which must adhere to stringent specifications and safety regulations, ensuring operational readiness for dive support missions. This specialized boat will play a critical role in supporting Navy divers during submarine repairs and inspections, emphasizing the importance of durability and compliance with environmental standards. Interested contractors, particularly those classified as Historically Underutilized Business (HUBZone) entities, should contact Robert Soto at robert.soto76.civ@us.navy.mil or Julian Garibay at julian.p.garibay.civ@us.navy.mil for further details, with proposals due by March 28, 2025.
    Dry-Dock: USCG ANT PANAMA CITY (49415) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for dry-dock repairs to the 49-foot Buoy Utility Stern Loading boat (BUSL 49) as part of its FY2025 availability program. The procurement involves comprehensive repair and maintenance tasks, including general welding, ultrasonic testing, and hull inspections, with a strong emphasis on compliance with safety protocols and quality assurance standards. This contract is crucial for maintaining the operational readiness and integrity of USCG vessels, ensuring they meet regulatory requirements and performance standards. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their bids by March 7, 2025, with the contract period running from May 1, 2025, to September 30, 2025. For further inquiries, contractors can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.
    Endeavor Boat Repairs & Modifications
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide maintenance, repair, and modifications for the vessel "R.V. Endeavor." The project includes tasks such as hull repair, exterior painting, mechanical work, window replacements, and updates to navigation electronics, all aimed at ensuring the vessel's operational safety for environmental monitoring purposes. This procurement is critical for maintaining government assets and enhancing their operational capabilities, with a Firm Fixed Price Purchase Order expected to be awarded. Quotes are due by 3 PM PDT on March 25, 2025, and interested contractors should contact Sherry Heibeck at SHeibeck@usbr.gov or call 916-978-6188 for further details.
    USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the Drydocking Selected Restricted Availability (DSRA) of the USS Pearl Harbor (LSD 52) and USS O’Kane (DDG 77) for fiscal year 2026. The procurement aims to secure shipbuilding and repair services, specifically focusing on non-nuclear ship repair, to ensure the operational readiness and maintenance of these naval vessels. This opportunity is critical for maintaining the fleet's capabilities and ensuring the longevity of the ships involved. Interested contractors can reach out to Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil or by phone at 202-781-3399, or Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or 202-781-1763 for further details.