Bravo Dive Boat 65DS1101
ID: N4523A26Q1110Type: 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 Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull inspections, corrosion 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 safety 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 scheduled 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.

    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirements for docking and maintenance of the 65 FT BRAVO DIVE BOAT 65DS1101. The extensive project includes hull repairs, structural modifications, preservation, and system overhauls, such as main propulsion, steering, electrical, and piping systems. The contractor is responsible for all materials, labor, and adherence to ABYC standards, commercial marine industry practices, and various federal regulations (e.g., OSHA, ASTM). Key requirements include submitting detailed schedules, maintaining various documentation (e.g., subcontractor lists, welder qualifications), holding regular progress meetings, and providing a secure on-site office for government representatives. The SOW also details stringent safety protocols, hazardous waste management, weight control, and comprehensive testing procedures including dock and sea trials. A critical aspect is the development and implementation of a Heavy Weather Plan to ensure vessel safety during adverse conditions.
    The J-2 Price Proposal Worksheet provides instructions for contractors to accurately complete and submit pricing information to the Government. Contractors must fill in all bright yellow fields, including company name, date, labor mix and rates (regular and overtime hours), and specific labor categories such as Shipfitter, Welder, Electrician, and Pipefitter. The worksheet auto-populates certain company and contract details, and automatically calculates non-yellow cells. Facilities Capital Cost of Money (FCCOM) is optional; if included, it must be calculated using the CASB-CMF form and submitted with the proposal. Before submission, contractors must ensure no yellow cells remain, indicating all required information has been provided. The document also lists various project requirements and work packages, including details on vessel care, testing, structural repairs, tank inspections, and system modifications, alongside sections for prime and subcontractor costs, material prices, and other direct costs.
    This document is a "Request for Specification Clarification" related to a federal government requirement for the "Maintenance, Repair and Preservation of 65SD1101," identified by Requisition No. N4523A26Q1110. It serves as a formal form for contractors to submit questions regarding specifications to the issuing office. Key details include fields for the date of request, specific item and paragraph numbers, contractor information, and contact details for the issuing office's Points of Contact (POCs), Katie Lauer and Christopher Davidson, who are associated with the U.S. Navy. The document also outlines sections for technical review and changes to specifications, drawings, requirements, or materials. A critical instruction emphasizes that all clarification requests must be received by the issuing office POC no later than the date and time specified in the Request for Proposal (RFP). This document is essential for ensuring clear communication and understanding between contractors and the government during the RFP process, minimizing ambiguities before bid submissions.
    The "CONTRACT PERFORMANCE DATA SHEET" (N4523A26Q1110, Attachment 4) is a government form designed to assess contractor performance. It collects essential information such as contractor name, contract number, type (FFP, Cost Reimbursement, Other), item/service description, quantity/period of performance, and customer details. The core of the document consists of seven yes/no questions evaluating various aspects of performance, including adherence to schedule and specifications, necessity for rework or modifications, contract termination, and quality awards. A section for narrative explanation allows contractors to describe corrective actions taken for problems and their success. This sheet serves as a critical tool for government agencies to evaluate a contractor's past performance, likely for use in future RFP evaluations, grant considerations, or state/local procurement processes.
    The "Corporate Experience Data Sheet," N4523A26Q1110 Attachment 5, is a standardized form for contractors to document their relevant corporate experience. It requires detailed information such as the contractor's name, contract number (if a government contract), service description, period of performance, customer name, customer point of contact (including name, title, phone number, and email for verification), and place of performance (city, state). A key component of the form is a brief narrative section for describing the work completed. This document is likely used in government procurement processes, such as RFPs or grant applications, to assess a bidder's qualifications and past performance, ensuring they have the necessary experience for proposed projects.
    This document outlines the procedure for requesting drawings related to Request for Proposal N4523A26Q1110 65DS1101. To obtain these drawings, interested parties must send an email with the specific subject line “N4523A26Q1110 65DS1101 Drawings & References Request” to either Katie Lauer (katherine.e.lauer.civ@us.navy.mi) or Chris Davidson (christopher.t.davidson7.civ@us.navy.mil). The requested drawings will be securely delivered to the requester via DoD SAFE. This process ensures a standardized and secure method for distributing sensitive government procurement documents.
    The document provides detailed instructions for obtaining security badges to attend a ship check related to Solicitation N4523A25Q1110 65DS1101. Applicants must use the Base Authorization and Visit Request (BAVR) system at https://www.bavr.cnic.navy.mil/, select "Apply for New Badge," and fill out only the mandatory 'red' fields. It is advised to use a single point-of-contact email for all attendees. The purpose of the visit should be specified as "Attending Ship Check for Solicitation N4523A25Q1110 65DS1101." Chontay Woodruff (chontay.r.woodruff.civ@us.navy.mil) must be listed as the sponsor. After submission, an email notification is required to Sean Carney (sean.r.carney.civ@us.navy.mil), Chontay Woodruff, and Alexandra Vanderpool (Alexandra.c.vanderpool.civ@us.navy.mil). Chontay Woodruff will assist with further processing, and Sean Carney is available for questions at (360) 340-0659.
    This document, Exhibit A CDRLs and DIDs Request for N4523A26Q1110 65DS1101, outlines the process for requesting Contract Data Requirements Lists (CDRLs) and Data Item Descriptions (DIDs) related to the specified solicitation. To obtain these documents, requesters must send an email with a specific subject line to either katherine.e.lauer.civ@us.navy.mil or christopher.t.davidson7.civ@us.navy.mil. The requested Exhibit A CDRLs and DIDs will then be securely transmitted to the requester via DoD SAFE. This procedure is crucial for potential bidders or grantees to access necessary technical and administrative data for government solicitations.
    The GFP Attachment details a solicitation (N4523A25Q1110) for the Maintenance, Repair, and Preservation of 65DS1101, a 65-foot Bravo Dive Boat. This solicitation includes two main provisioned items: one Bravo Dive Boat (65DS1101) with an acquisition cost of $1,700,000.00, and two Port Generator Kohler units (Model 40EKOZD) each costing $74,000.00. Both items are classified as serially managed equipment. The dive boat is designated for 'Return' property usage, while the generators are for 'Consume' usage. Serial numbers for both items are to be determined prior to the period of performance.
    This Request for Quote (RFQ) N4523A26Q1110 is for the Firm Fixed Price maintenance, repair, and preservation of a 65 FT Dive Boat (65DS1101). The deadline for quote submission is December 4, 2025, and clarification submissions are due by November 26, 2025. The period of performance is from March 25, 2026, to May 29, 2026, at the contractor's facility. Quotes must be submitted to Katie Lauer and Chris Davidson via email. Offerors must complete a price worksheet, with quotes remaining valid for 180 days. A Government Property Management System Plan, compliant with FAR 52.245-1, or a confirmation letter of an approved system is required for technical acceptability. Failure to provide this may lead to disqualification. Progress payments will be provided, and contractors must offer adequate security. A ship check is scheduled for November 20, 2025, at Puget Sound Naval Shipyard, requiring prior registration and specific Personal Protective Equipment. The RFQ also outlines a Growth Management Program (LOE to Completion) for in-scope work, with specific man-hours and material costs allocated under CLIN 0001AB. Contract clauses include requirements for unique item identification and valuation, hours of operation, use of Navy support contractors for official files, and documentation for equitable adjustment requests. Full text clauses cover Wide Area WorkFlow payment instructions and item unique identification.
    The Growth Management Request Form (N4523A26Q1110) is a government document used to manage and authorize changes or growth in a contract's scope of work. It outlines two primary processes: "Small Dollar Value Growth" or "Level Of Effort (LOE) to Completion." The form details requirements such as scope, location of work, references, and government-furnished material. It also includes sections for pricing, contractor estimates (labor, material, subcontractor, total price), and negotiated prices, with calculations based on established contract rates. The document requires agreement signatures from the PSNS Project Manager, Contractor Representative, and PSNS Contracting Officer, along with a growth management effective date and final acceptance signatures for work completion.
    The provided government file, identified as Ship/Vessel 65SD1101, outlines a contract with a Period of Performance (POP) from March 25, 2026, to May 29, 2026. The document appears to be a financial tracking or proposal template, likely associated with federal government RFPs or grants, given its structure. It details various cost categories, including Prime MH, Prime Material, Prime Total, SubC Labor, SubC Material, SubC Total, ODC, Travel ODC, and a TOTAL, alongside sections for Fringe, Overhead, G&A, and Profit. However, all listed financial values are currently zero or marked as "#VALUE!", indicating that this document is either a blank template or an initial draft where costs are yet to be determined or filled in. The "Contract Number" and "Overall Growth Management Program Value" are also listed as "TBD" (To Be Determined). The file also includes a section for "Contract Established Rates," covering Labor Rate/MH, Fringe, Overhead, G&A Rate, and Profit Rate, which are also currently blank. This suggests the document serves as a framework for outlining and calculating project costs, awaiting specific financial inputs and contract details.
    Amendment N4523A26Q11100004 to Solicitation N4523A26Q1110, issued by PUGET SOUND NAVAL SHIPYARD IMF on December 3, 2025, provides an additional drawing and RFC 15 responses. The amendment clarifies that the quotes due date remains December 9, 2025, at 2:00 PM PT. All other terms and conditions of the original solicitation remain unchanged. This modification is documented on a Standard Form 30, Amendment of Solicitation/Modification of Contract, and signed by Christopher Davidson, the Contracting Officer.
    Amendment 0005 to Solicitation N4523A26Q1110, issued by PUGET SOUND NAVAL SHIPYARD IMF, extends the quote due date from December 9, 2025, to December 16, 2025, at 2:00 PM PT. This amendment, dated December 5, 2025, modifies the original solicitation dated November 19, 2025. All other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are considered. The amendment was signed by Katherine Lauer on behalf of the United States.
    This Statement of Work (SOW) outlines the comprehensive docking and maintenance requirements for the 65 FT Bravo Dive Boat (65DS1101). The project encompasses a wide range of repairs and modifications, including hull and structural repairs, main deck and superstructure work, propulsion and steering system overhauls, and electrical and piping system maintenance. Key aspects include coordinating vessel delivery, performing extensive corrosion repair and preservation, replacing critical components like generators and hoses, and conducting thorough dock and sea trials. The SOW emphasizes adherence to ABYC standards, commercial marine industry practices, and various federal regulations (e.g., 29 CFR 1915 for safety, and environmental protection laws). It details administrative requirements for documentation, progress meetings, and the provision of a secure on-site office for government representatives. Strict protocols for safety, hot work, preservation, hazardous waste management, and quality control, including a detailed testing and inspection plan, are mandatory. The contractor is also required to submit a Heavy Weather Plan and ensure all materials are new and comply with specified standards.
    This government Statement of Work (SOW) outlines the requirements for docking and maintenance on the 65 FT Bravo Dive Boat (65DS1101). The project encompasses hull and structural repairs, systems maintenance (propulsion, steering, electrical, piping), and preservation work, all to be conducted according to ABYC standards and commercial marine industry practices. Key aspects include comprehensive inspections, adherence to safety and environmental regulations, and detailed documentation. The contractor is responsible for providing all materials, labor, and insurance, along with a secure on-site office for government representatives. Strict quality control, progress meetings, and various required reports ensure compliance and successful project completion. The SOW also details requirements for testing, process control, and a heavy weather plan, emphasizing safety and operational readiness.
    The J-2 Price Proposal Worksheet provides instructions for contractors to submit pricing information to the Government. Contractors must fill in all yellow fields on the "Labor Mix & Rates Sheet" with company details, date, labor categories (e.g., Shipfitter, Welder), and corresponding regular and overtime labor hours and rates. The "Price Proposal Worksheet" will auto-populate company and contract information from the previous sheet, requiring contractors to fill in remaining yellow cells. Facilities Capital Cost of Money (FCCOM) is optional; if used, it must be calculated using the CASB-CMF form, which should be included with the submission. Non-yellow cells are locked and auto-calculate. Before submission, all bright yellow cells must be completed. The document also lists numerous work package items for the project, 65DS1101, covering various vessel maintenance and repair tasks from arrival conferences to sea trials.
    The document provides a series of government responses to Requests for Clarification (RFCs) regarding discrepancies and omissions in a Statement of Work (SOW) and its corresponding worksheet. The primary focus is on clarifying inspection requirements, specifically confirming that Visual (VT) Inspections are required while Ultrasonic Testing (UT) Inspections are not. Additionally, the responses address several missing items from the worksheet, ensuring that SOW items 3.4.4, 3.4.6, 3.4.7, 3.4.10, 3.7.1, and 3.8.7 are now available. This document is crucial for ensuring accuracy and completeness in federal government RFPs, streamlining the procurement process by addressing potential ambiguities for contractors.
    This document, part of a government Request for Proposal (RFP) or similar procurement process, addresses questions from potential bidders regarding technical drawings and specifications. Specifically, it clarifies that Drawing 200-997-001 for docking block alignment has been replaced with DWG 124A-305-02 and is detailed in "Statement of Work – Errata 2." Additionally, it confirms the availability of LAR 60-DS-2101, which was initially missing from the package and is crucial for the installation of new remote fuel shut-off switches. The document's purpose is to provide essential updates and missing information to ensure all bidders have accurate and complete guidance for their proposals, thereby facilitating a fair and informed bidding process.
    The document addresses questions from Requests for Clarification (RFCs) related to a government solicitation. Specifically, it provides an answer regarding the thickness of windows, directing inquirers to Attachment-8 Amendment 0004 Drawings and References for the relevant information. Another question concerning the Statement of Work (SOW) requirement for a weld inspector, particularly clarifying which ABYC standard applies to hull integrity inspections, is currently under review. The government intends to provide a response to this latter RFC before the solicitation concludes. This indicates an ongoing process of clarifying technical specifications and requirements within a government procurement.
    This document clarifies a question regarding the Statement of Work (SOW) for a government Request for Proposal (RFP) related to inspections. Specifically, it addresses the requirement for weld inspectors qualified per AWS QC1 to perform visual inspections, including hull integrity, deck assessment, structural components, seaworthiness, and ABYC standards compliance. The clarification states that the SOW intends for the boat to be inspected according to both AWS QC1 (weld inspection) standards and ABYC standards. It further specifies that these two types of inspections do not need to be performed by the same inspector.
    This government response addresses questions regarding a Request for Proposal (RFP) related to vessel maintenance and upgrades. It clarifies discrepancies and provides updated information on several key items. Specifically, the response confirms the requirement for "Shifting the Vessel" in the Statement of Work (SOW) and clarifies the correct quantity of hull valves to be replaced, noting that while 16 Item #2 valves exist on the boat, only one is relevant to hull valve replacement. It also confirms the availability of drawing 31743-17500 for hydraulic hose assembly work and reiterates that two generators are required, as indicated in the SOW, IGE, and GFP attachments, resolving a question about contractor procurement of a second generator. This document ensures all parties have accurate and consistent information for the project.
    Lifecycle
    Title
    Type
    Bravo Dive Boat 65DS1101
    Currently viewing
    Solicitation
    Similar Opportunities
    Maintenance, Repair, and Preservation of YT-810
    Buyer not available
    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 YT-810 Deception harbor tug. The contract will involve a range of tasks including vessel cleaning, hull preservation, and various repairs, with the work scheduled to take place from March 19 to June 11, 2026, in the Puget Sound, WA region. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which plays a vital role in naval operations. Interested contractors must submit their quotes by December 12, 2025, and are encouraged to participate in a secondary ship check on December 2, 2025; for further inquiries, they may contact Alice Robertson or Chris Davidson via the provided email addresses.
    Lease of Small Craft
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    USS ROBERT SMALLS (CG 62) FY26 6A1 BUNDLE 1
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS ROBERT SMALLS (CG 62) under the FY26 6A1 Bundle 1 contract. The procurement involves a firm fixed-price job order for various maintenance tasks, including the repair of the ship's sewage system and scaffolding installation, with a performance period from January 26, 2026, to March 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. This contract is critical for ensuring the operational readiness of naval vessels and requires offerors to possess an active Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for award. Interested contractors must submit their proposals by December 9, 2025, and can access detailed work specifications through a secure U.S. Government repository by requesting access via email. For further inquiries, contact Shouko Sekido at shouko.sekido.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    FY26 USNS KANAWHA MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement is aimed at securing services related to shipbuilding and repairing, with a focus on non-nuclear ship repair as indicated by the associated NAICS and PSC codes. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested parties must submit their proposals by December 12, 2025, at 3:00 PM EST, and can direct inquiries to Susan Bryant at susan.b.bryant.civ@us.navy.mil or by phone at 757-777-4648.
    20--CRADLE,BOAT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a boat cradle (NSN 2090013091819) intended for delivery to the USNS Joshua Humphreys (HULL T AO 188). The requirement includes a single unit to be delivered within 20 days after order, with the approved source being 63504 D406560. This procurement is crucial for maintaining operational readiness and support for naval vessels. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    52000QR260001531 USCGC CHARLES DAVID JR. Diver Hull Clean, Inspect & Zinc Anodes Renewal
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform diver hull cleaning, inspection, and zinc anode renewal for the USCGC CHARLES DAVID JR. (WPC 1107) at its homeport in Key West, Florida. The contractor will be responsible for cleaning and inspecting the vessel's underwater body, polishing propellers, and renewing government-furnished zinc anodes, with the work scheduled to take place between January 5-7, 2026. This procurement is critical for maintaining the operational readiness and longevity of the vessel, ensuring compliance with maintenance standards. Interested small business contractors must submit their firm-fixed price quotations by December 18, 2025, at 09 A.M. Eastern Standard Time, to the designated contracting officers, Timothy Ford and Joshua Miller, via email.
    USCGC SAILFISH (WPB-87356) DRYDOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC SAILFISH (WPB-87356) for Fiscal Year 2026. The scope of work encompasses 41 detailed tasks, including hull plating preservation, tank cleaning and inspection, engine realignment, and various electrical and mechanical repairs. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their capabilities, business size, small business certifications, and past performance information by December 10, 2025, at 3:00 PM EST, to the designated email contacts provided in the notice.
    Justification and Approval - N4523A23C0561
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the repair, maintenance, and modernization of the USS SAMPSON (DDG 102) as part of its Fiscal Year 2023 Selected Restricted Availability. This opportunity involves a contract awarded under the Justification and Approval process, focusing on non-nuclear ship repair services at the Puget Sound Naval Shipyard in Everett, Washington. The successful contractor will play a crucial role in ensuring the operational readiness and longevity of naval assets. Interested parties can reach out to Charles Smith at charles.r.smith1021.civ@us.navy.mil or by phone at 360-633-9342, or contact Cheri Richards at cheri.r.richards.civ@us.navy.mil or 425-304-5522 for further details.
    Shop 89 Touch Labor Support - Shipwrights
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from qualified small businesses for the Shop 89 Touch Labor Support - Shipwrights contract. This procurement involves providing skilled personnel in various trades, including Shipwrights, Program Managers, Project Managers, and Supervisors, to support the maintenance and repair of naval vessels at the shipyard in Portsmouth, Virginia. The contract is crucial for ensuring the operational readiness of vessels such as the USS GEORGE H. W. BUSH and USS HARRY S. TRUMAN, with a performance period anticipated from February 2, 2026, to January 29, 2027, and an option to extend through July 30, 2027. Interested parties should direct inquiries to Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil, with proposals due by December 2, 2025.
    LCU-1651 DSRA 6B1 44pkg (svc)
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the repair and alteration of the LCU-1651 vessel, with a focus on a comprehensive scope of work involving forty-four Industrial Control Numbers (ICNs) and anticipated growth work. The procurement aims to address critical maintenance needs, including structural repairs, preservation tasks, and upgrades essential for the operational readiness of the vessel, which plays a vital role in naval operations. Interested contractors must possess a current Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) with the U.S. Navy, with the contract expected to be awarded by January 30, 2026. For further inquiries, contractors can contact Hiromi Kurita at hiromi.kurita.ln@us.navy.mil or Jason M. Rankin at jason.m.rankin6.civ@us.navy.mil.