Non-Skid Replacement, Preservation, and Maintenance of District Crafts
ID: N4523A25Q1051Type: Combined Synopsis/Solicitation
2 AwardsMay 15, 2025
$10M$10,000,000
AwardeeGLOBAL COATINGS LLC Bremerton WA 98337 USA
Award #:N4523A25D1002
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 the non-skid replacement, preservation, and maintenance of various small crafts. The procurement aims to ensure the operational readiness of small boats, including harbor security, utility, and work boats, by performing essential maintenance and structural work at the contractor's facility located within the Puget Sound region of Washington. This initiative is critical for maintaining the functionality and safety of government-operated vessels, with a contract ceiling of $5 million and an ordering period extending until August 2, 2028. Interested small businesses must submit their proposals by April 25, 2025, and can direct inquiries to Jeff Jaeckel at jeff.a.jaeckel.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.

    Files
    Title
    Posted
    The Statement of Work (SOW) outlines requirements for the maintenance and refurbishment of small boats (under 40 feet, max weight of 41,000 pounds) under the purview of the Commander Navy Region Northwest, Port Operations. The contractor is tasked with docking, blasting, priming, and painting the boats, as well as handling various structural and maintenance work at their location. The document emphasizes adherence to applicable federal, state, and local regulations for safety and environmental controls. Key aspects include the transport of vessels to the contractor's facility for service and ensuring Marine Craft Operational Readiness. Specific requirements, such as pre-blocking, foreign material exclusions (FME), paint application standards, and the proper disposal of hazardous materials, are detailed. The contractor must maintain communication with the Contracting Officer's Representative (COR) for inspections and to document any discrepancies found during the process. The SOW structure is organized methodically, covering background, requirements, and references, ensuring the contractor comprehends the scope and expectations set forth for effective service delivery. This initiative supports Navy operations while emphasizing safety and compliance with quality standards throughout the maintenance process.
    The document outlines the Corporate Experience Data Sheet required for contractors responding to a specific federal Request for Proposals (RFP) N4523A25Q1051, focusing on marine preservation services. It provides a structured template for contractors to document their relevant experience through sections that require them to detail contract information, customer references, and narratives demonstrating their capability to handle projects similar in complexity to the Statement of Work (SOW). Each entry emphasizes the necessity for precise verification of the contractor's past performance and efficacy in delivering marine preservation services, thereby showcasing their qualifications. The format includes fields for contract numbers, types, customer contacts, and comprehensive descriptions of previous work, tailored to meet government standards. This systematic approach aims to ensure that contractors can substantiate their qualifications and experience in line with federal requirements for potential grant allocation or contract award.
    The document is a Request for Clarification Form related to the federal Request for Proposal (RFP) N4523A25Q1051 for a Small Boat MAC (Multiple Award Contract). It serves as a template for contractors to submit questions regarding the RFP, helping clarify requirements, specifications, or other relevant details pertinent to the bidding process. The form includes sections to note the date of the request, specific contractor details, and a space for the question posed. It also requires the input of various identifiers such as planning names, and requisition numbers. Importantly, the document delineates whether there are changes in specifications, drawings, requirements, materials, or if a technical review is necessary. This form is pivotal in ensuring clear communication between contractors and the government, ultimately assisting in the procurement process for small boat contracts. Additionally, the presence of points of contact highlights the organized nature of managing inquiries related to federal contracting.
    The CONTRACT PERFORMANCE DATA SHEET (N4523A25Q1051) is a document used to evaluate contractor performance in federal contracts. It outlines critical information regarding the contractor, such as the contract number, type, item or service description, and customer contact details. The performance evaluation section consists of a series of yes/no questions assessing factors like timely delivery, compliance with specifications, the necessity for modifications, and the status of quality awards received. Additionally, it requests a narrative detailing any corrective actions taken to address issues encountered during contract performance and their effectiveness. This structure ensures that government agencies can maintain oversight of contractor work quality and adherence to contractual obligations, which is vital for accountability and ensures that public funds are utilized effectively. The overall purpose of this document is to facilitate a standardized assessment of contractor performance to inform future procurement decisions and uphold regulatory standards in government contracting.
    The document outlines the specifications for various boats, detailing their characteristics such as length, beam, height, weight, and construction materials. It includes specifications for multiple vessel types, including the 33'HS, 32'HS, 20'UB, 21'UB, 30'WB, and others, providing exact measurements for overall length, beam dimensions, height (both mast raised and stowed), as well as dry weights and displacement capacities under full load. The specifications reflect a range of vessel designs as well as intended uses, likely in a government context for procurement purposes, possibly for law enforcement, rescue operations, or environmental monitoring. This information is essential for assessing performance, compatibility with operational requirements, and compliance with safety standards in relation to federal and state RFPs for marine vessels. Ultimately, the file serves as a crucial resource for prospective bidders aiming to provide appropriate aquatic solutions to government agencies.
    The Condition Found Report (DI-MGMT-81648) is a critical document used during contract execution to document necessary repairs and recommend corrective actions for issues not specified in work specifications. It outlines the required format and content for reporting on discovered work items, including essential details such as the contract number, ship and hull identification, work item number, date of discovery, work description, and location. The report must also provide recommendations for corrective actions with considerations for timing, cost estimates, and impacts on schedules. Specifically, it requires Class "C" cost estimates within five days and Class "F" estimates, as well as identification of any changes to production timelines. The report is to be submitted in the contractor’s format and aligns with electronic media requirements specified in the contract. This document ensures that unplanned maintenance issues are adequately addressed, maintaining project integrity and efficiency throughout contract performance periods.
    The Quality Assurance Surveillance Plan (QASP) for the inspection and testing of various classes of small boats serves as a framework to evaluate contractor performance against contract standards. It outlines the purpose of continuous oversight to ensure compliance with quality expectations, detailing monitoring procedures, personnel roles, and responsibilities, particularly of the Contracting Officer's Representative (COR) and the Contracting Officer (KO). The document emphasizes the importance of the QASP as an objective assessment tool, separate from the contractor’s Quality Control Plan, to facilitate open communication and timely resolution of performance issues. A Surveillance Matrix, included within the plan, contains performance objectives and standards, which the COR will use to guide inspections and documentation of contractor compliance. Appendices provide templates for corrective action reporting, customer complaints, and performance assessments, reinforcing the government's commitment to maintaining high-quality contractor performance throughout the contract duration. Overall, the QASP is crucial in ensuring effective management and accountability within government contracts related to small boat operations and maintenance.
    The DD Form 1423-1 is a Contract Data Requirements List used by the Department of Defense to collect data throughout the contract period. The form captures essential information such as the contract line item, data item number, title, requiring office, distribution details, and submission timelines. It is primarily structured to gather data for specific items related to technical documentation or management information. The contractor is responsible for submitting the required data, which aids in compliance with the contract and ensures thorough tracking of deliverables. The form also emphasizes that the estimated public reporting burden is 110 hours per response, highlighting the extensive requirements placed on respondents. Completed forms must be sent to the Government Issuing Contracting Officer and not to the Office of Management and Budget. This document embodies a standard procedure necessary for maintaining oversight and accountability in government contracts, underscoring the importance of accurate reporting and data management in federal acquisitions.
    The document outlines a Request for Quote (RFQ) for a firm fixed-price purchase order related to the non-skid replacement, preservation, and maintenance work on district crafts, specifically for the Puget Sound Naval Shipyard and Intermediate Maintenance Facility. The deadline for submissions is April 21, 2025, with an ordering period lasting until August 2, 2028. The maximum contract ceiling is set at $5 million, with a minimum guarantee of $1,000. Offerors must submit proposals without pricing, which will be determined at the delivery order level. The RFQ emphasizes the necessity of a compliant Government Property Management System Plan to manage government assets effectively and outlines evaluation criteria for technically acceptable proposals. Additionally, contractors must adhere to extensive safety and access regulations pertaining to non-U.S. citizens working on U.S. Navy vessels. The document reflects federal acquisition protocols and stresses compliance with safety standards and property management, essential for ensuring project execution and government asset protection.
    The government document outlines a Request for Quote (RFQ) for a Firm Fixed Price Purchase Order (N4523A25Q1051) focused on non-skid replacement, preservation, and maintenance of district crafts. The deadline for submissions is set for April 25, 2025, with an estimated maximum ceiling of $5 million for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, awarded based on technical acceptability rather than cost. Offerors must provide a Government Property Management System Plan to manage government assets, demonstrating compliance with applicable Federal Acquisition Regulations (FAR). Submissions require detailed, coherent documentation of corporate experience, certifications for personnel, and capabilities of the facility involved. The RFQ emphasizes the importance of providing thorough explanations of experience to ensure evaluation by the Government. Importantly, price will not be an evaluation criterion for the base contract but will factor into decisions for individual task orders. Questions regarding the solicitation can be directed via email to the designated contracting officials. This RFQ reflects the government's structured approach to procurement, prioritizing thoroughness and compliance in submissions to safeguard public interest.
    The document outlines government responses to requests for clarification (RFC) related to the N4523A25Q1051 Non-Skid Replacement, Preservation, and Maintenance contract. It establishes that prospective contractors must operate as Prime contractors capable of executing the full scope of work (SOW), although they may subcontract portions, like blasting and coating. The responses clarify that all work must be completed under each task order, which may involve various vessels, and detail the turnaround for servicing boats, with timelines of 3 to 4 weeks based on specific needs. The number of boats serviced annually is yet to be determined, depending on funding and availability. Furthermore, dry ice blasting is approved for surface preparation, while TWIC credentials are not required for personnel involved in transport. The document emphasizes the importance of adhering to environmental regulations, outlines distribution procedures for task orders among IDIQ holders, and confirms that limited services may qualify for contract awards if teaming or subcontracting is intended. This guidance assists potential contractors in understanding eligibility and operational requirements for this federal solicitation.
    The document outlines responses to questions regarding the Request for Quotation (RFQ) N4523A25Q1051, related to the non-skid replacement, preservation, and maintenance of district crafts. Two main inquiries are addressed: Firstly, a clarification about the quote submission deadline, originally set for April 21, 2025, has been adjusted to April 25, 2025, at 2:30 PM. Secondly, a request for access to a CD containing additional references from the Statement of Work was made; in response, only one specific reference (DWG# 3310-USN-SEV-110-001) can be sent through DoD Safe, while other references are available online. This correspondence demonstrates the government's responsiveness to contractor inquiries, critical for maintaining transparency and clarity in the RFQ process, ensuring that bidders have the necessary information to submit competitive proposals.
    The document outlines the technical specifications for various boat models, focusing on dimensions, weight, and construction materials. The vessels include the 33'HS, 32'HS, 20'UB, 21'UB, 22'BB, 25'BB, 30'BP, 30'OP, 30'WB, and 29'BB, each with detailed characteristics such as length, beam, height, dry weight, and hull construction. The 33'HS has an overall length of 33 feet and a dry weight of 10,900 lbs, while the 20'UB has a length of 20'6" and a weight of approximately 4,700 lbs. The 25'BB, 30'BP, and 30'WB models showcase varying beam sizes and displacements, indicating their capacities and structural characteristics. The purpose of this document is to provide precise data for manufacturers or buyers involved in federal or local RFPs related to maritime vessels, ensuring compliance with specific requirements and aiding in procurement decisions.
    This Statement of Work (SOW) outlines the requirements for docking, blasting, priming, and painting various types of small boats under 40 feet in length and weighing up to 41,000 pounds, managed by the Commander Navy Region Northwest. It mandates contractors to perform maintenance tasks such as non-skid replacement and structural preservation at their facilities. Compliance with federal, state, and local regulations is critical, and any discrepancies must be formally reported. The document specifies detailed procedures for each type of boat, addressing the need for proper transportation, surface preparation, hazardous material disposal, and inspection protocols. Key references include Occupational Safety and Health Standards and environmental regulations. The contractor is responsible for all necessary materials, ensuring that all work aligns with industry and safety standards while maintaining clear communication with the Contracting Officer Representative (COR) throughout the process. The SOW highlights the importance of thorough preparation, adherence to specifications, and safe disposal practices to ensure high-quality boat maintenance and repair in compliance with government requirements.
    Similar Opportunities
    Lease of Small Craft
    Dept Of Defense
    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.
    J999 Machine Lower Bearing Staves of Rudder Service
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is soliciting proposals for the machining of lower bearing staves of rudder service for a U.S. Navy ship stationed in Yokosuka, Japan. This procurement is set aside for small businesses and aims to secure specialized marine repair services, adhering to strict compliance with both U.S. and Japanese regulations, safety, and environmental standards. The contract will be a firm-fixed-price type, with a performance period from February 1 to March 31, 2027, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Wilfredo Gervacio via email at wilfredo.j.gervacio.civ@us.navy.mil and are encouraged to monitor the SAM.gov website for updates and amendments to the solicitation.
    Justification and Approval - N4523A23C0561
    Dept Of Defense
    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.
    Deck Preservation FY26 on USCGC USCG STONE (WMSL 758)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Deck Preservation FY26 project on the USCGC USCG STONE (WMSL 758). This procurement involves renewing the slip-resistant deck covering in designated areas, including the Fore Deck, Bridge Wings, and Amidships 01 Deck, utilizing MIL-PRF-24667D Type V Comp. G/D/L Non-skid coating, along with extensive surface preparation and quality assurance measures. The work is critical for maintaining the vessel's operational integrity and safety, with the contract set to be awarded based on the Lowest Price Technically Acceptable (LPTA) method. Proposals are due by December 18, 2025, with the performance period scheduled from January 12, 2026, to February 17, 2026. Interested parties can contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or by phone at 510-501-5550 for further details.
    WORK BOAT MEDIUM-1 (WBM-1) PROPELLER AND SHAFT SEAL REPLACEMENT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Work Boat Medium-1 (WBM-1) Propeller and Shaft Seal Replacement project, scheduled for February 1 to February 28, 2026, at Yokosuka Naval Base, Japan. This contract involves the replacement of the port and starboard propellers and the port shaft seal on the WBM-1 work boat, which is critical for supporting Commander, Fleet Activities Yokosuka's port operations. Contractors must adhere to strict safety and engineering standards, providing all necessary labor and materials while ensuring compliance with occupational health and security requirements. Interested firms must submit their proposals by December 22, 2025, and can request access to detailed work specifications via email by December 16, 2025. For further inquiries, contact Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 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.
    FY26 USNS KANAWHA MTA
    Dept Of Defense
    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 involves the revision and cancellation of specific work instructions, with an emphasis on updating technical details and extending the final proposal submission deadline to December 17, 2025, at 3:00 PM EST. The contract is categorized under the Ship Building and Repairing industry, highlighting its significance in maintaining naval vessels. Interested small businesses are encouraged to reach out to Susan Bryant at susan.b.bryant.civ@us.navy.mil or call 757-777-4648 for further information regarding this total small business set-aside opportunity.
    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.
    Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dry-dock repair services for the USCG Station Apra Harbor (45762) RB-M, located in Santa Rita, Guam. The procurement aims to identify sources capable of fulfilling the agency's requirements for a firm-fixed-price contract with an anticipated performance period of 91 calendar days in FY26. This opportunity is critical for maintaining the operational readiness of the vessel, which has geographical restrictions limiting transit to within 320 nautical miles of its station, although contractors outside this range may still be considered with additional cost factors. Interested parties must submit their qualifications, including company details and past performance, by December 19, 2025, to Regina Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil.