Maintenance, Repair, and Preservation of YT-810
ID: N4523A26Q1001Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Quote (RFQ) N4523A26Q1001 outlines a firm-fixed-price contract for the maintenance, repair, and preservation of the YT-810 vessel from March 19 to June 11, 2026, within the Puget Sound, WA region. The solicitation, issued under NAICS code 336611 (Ship Building and Repairing), requires offerors to submit quotes by December 5, 2025, and clarification requests by November 21, 2025. Key requirements include a Government Property Management System Plan, adherence to FAR Provision 52.212-2 for technical acceptability, and participation in a mandatory ship check on November 13, 2025. The contract incorporates a
    The government Statement of Work (SOW) N4523A26Q1001 outlines comprehensive docking and maintenance requirements for the YT-810 Deception, a Yard Tug Medium. The contractor is responsible for high-quality workmanship, adhering to commercial marine industry standards and technical references. Key tasks include vessel delivery and pickup coordination, hull preservation, tank testing, and various system repairs (propulsion, steering, electrical, piping). The SOW details administrative requirements, including weekly schedules, subcontractor lists, safety protocols, environmental and hazardous waste management, and quality control. Regular progress meetings and stakeholder reviews are mandated. Testing, inspections, and Process Control Procedures (PCPs) are crucial, with specific documentation and notification requirements for government oversight. The contractor must also provide a secure on-site office for government representatives and maintain a Heavy Weather Plan for vessel protection.
    The J-2 Price Proposal Worksheet provides instructions for contractors to submit pricing information to the Government for federal government RFPs. Contractors must fill in all yellow-highlighted fields, including company name, date, labor mix and rates (regular and overtime hours for categories like Shipfitter, Welder, Electrician), and other applicable information. Non-yellow cells are locked and auto-calculate. Facilities Capital Cost of Money (FCCOM) is optional; if used, a CASB-CMF form must be included; otherwise, "N/A" should be entered. The document also lists various work packages and tasks, from arrival conferences and required documents to specific repairs and testing, such as hull blasting, tank inspections, and system operational tests. Labor rates and profit rates established in the base contract will be used for all modifications. The overall goal is to ensure a comprehensive and accurate price proposal submission.
    The J-2 Price Proposal Worksheet provides instructions for contractors to accurately complete a price proposal for government submittal. Contractors must fill in all yellow-highlighted cells with company details, labor mix and rates, and project-specific information. Key data points include company name, date, labor categories (e.g., Shipfitter, Welder), regular and overtime hours, and various base rates like Fringe, Overhead, G&A, and Profit. Facilities Capital Cost of Money (FCCOM) is optional; if used, it must be calculated per CASB-CMF form and included with the submission. The worksheet auto-populates certain fields and calculates totals. The document also lists numerous work items, from arrival conferences and required documents to specific vessel repairs and inspections (e.g., Hull Blasting, Tank Visual Inspection, Schottel Z-Drive Repair), which contribute to the overall price. Contractors are reminded to ensure all yellow cells are completed before submission, and that the labor and profit rates established will be used for all contract modifications.
    This document is a Request for Specification Clarification related to the maintenance, repair, and preservation of YT-810, under Requisition No. N4523A26Q1001. It outlines the process for contractors to submit questions regarding the specifications of a procurement. Key information includes the contact details for the Issuing Office POCS (Alice Robertson and Christopher Davidson), and a strict deadline for clarification requests to be received. The form also includes sections for internal use to track potential changes to specifications, drawings, requirements, or materials, along with a technical review and serial number. This document is crucial for ensuring clarity and addressing ambiguities in federal government RFPs before bids are finalized.
    The "CONTRACT PERFORMANCE DATA SHEET" (N4523A26Q1001, Attachment 4) is a federal government document used to assess a contractor's past performance. It requires information on contractor name, contract number, date completed, and contract type (FFP, Cost Reimbursement, or Other). The sheet details the item/service description, contract quantity/period of performance, and customer information including a point of contact for verification. The performance information section asks seven yes/no questions covering timely delivery, compliance with specifications, need for replacement/modification/rework, relaxation of specifications, contract termination for default, and quality awards. It also includes a section for describing corrective actions and their success, along with a narrative section for further details. This document is crucial for evaluating a contractor's reliability and quality of work in the context of government RFPs, federal grants, and state/local RFPs.
    The document, "Attachment 6 Drawings Request for N4523A26Q1001 YT-810," outlines the procedure for requesting drawings related to solicitation number N4523A26Q1001 YT-810. To obtain these drawings, interested parties must send an email with the subject line "N4523A26Q1001 YT-810 Drawings Request" to either Alice Robertson (alice.n.robertson.civ@us.navy.mil) or Christopher Davidson (christopher.t.davidson7.civ@us.navy.mil). The requested drawings will be securely transmitted to the requester via DoD SAFE. This document is a critical component within the context of government RFPs, as it provides essential instructions for accessing technical specifications necessary for potential bidders to prepare their proposals.
    Attachment 7 outlines the instructions for obtaining security badges to attend a ship check for Solicitation N4523A26Q1001 YT-810. To apply, individuals must visit the BAVR website, click "Apply for New Badge," and complete only the mandatory red fields in the online form, using "Attending One Day Ship Check for Solicitation N4523A26Q1001 YT-810" as the purpose of the visit. Chontay Woodruff (chontay.r.woodruff.civ@us.navy.mil) should be listed as the sponsor. After submission, applicants must email Matthew Stubblefield (matthew.c.stubblefield.civ@us.navy.mil), Chontay Woodruff, and Alexandra Vanderpool (Alexandra.c.vanderpool.civ@us.navy.mil) to confirm their BAVR submission. Reggie Deriso will then process the form for badge issuance. For any questions, Matthew Stubblefield can be contacted at (360) 633-9321.
    The N4523A26Q1001 Growth Management Request Form is a government document used to manage changes and additional work on a contract, specifically for the YT-810 Ship/Hull. It outlines a process for authorizing "Growth Management," with a focus on "Level Of Effort (LOE) to Completion." The form details requirements for the Statement of Work, including scope, location, references, and Government Furnished Material (GFM). It also includes sections for contractors to submit proposals with estimated labor, material, and subcontractor costs, leading to a negotiated total price. The document requires agreement signatures from the Contractor Representative, PSNS Project Manager, and PSNS Contracting Officer, along with an effective date for the growth management. Final acceptance and completion of work also necessitate signatures from the Contractor Representative and the PSNS Contracting Officer’s Representative.
    This government file outlines a contract for the vessel YT-810 with a performance period from March 19, 2026, to June 11, 2026. The document details a cost breakdown structure across 30 requests, encompassing categories such as Prime MH, Prime Material, Prime Total, SubC Labor, SubC Material, SubC Total, ODC, Travel ODC, and Total Price. However, all monetary values and the overall Growth Management Program Value are listed as 'TBD' or '#VALUE!', indicating that this is a placeholder or template document where the financial specifics are yet to be determined. The file also includes sections for 'Contract Established Rates' for Labor Rate/MH, Fringe, Overhead, G&A Rate, and Profit Rate, which are also left blank. This suggests the document serves as a framework for an upcoming contract, awaiting the input of specific financial figures and detailed work statements.
    The document, Exhibit A CDRLs and DIDs Request for N4523A26Q1001 YT-810, outlines the procedure for requesting Contract Data Requirements Lists (CDRLs) and Data Item Descriptions (DIDs) related to the federal government solicitation N4523A26Q1001 YT-810. To obtain these documents, interested parties must send an email with the subject line “N4523A26Q1001 YT-810 Exhibit A CDRLs and DIDs Request” to either Alice Robertson (alice.n.robertson.civ@us.navy.mil) or Chris Davidson (christopher.t.davidson7.civ@us.navy.mil). The requested Exhibit A CDRLs and DIDs will subsequently be delivered to the requester via the DoD SAFE system. This process ensures secure distribution of critical contract-related information for potential bidders on government RFPs.
    This GFP Attachment details the solicitation N4523A25Q1108 for the “Maintenance, Repair, and Preservation of YT-810.” It outlines both provisioned and requisitioned items required for the project. The primary provisioned item is one YT-810 Deception Yard Tug, valued at $14,000,000.00, scheduled for delivery on February 2, 2026. Additionally, the solicitation includes several requisitioned anode probes from Cathelco, with various part numbers (CA091157FEA, CA091157MGA, CA091157MGB), quantities ranging from one to two units, and individual costs between $1,456.25 and $2,535.00. These anode probes are also slated for delivery on February 2, 2026. The document specifies details such as CAGE codes, NSNs, property classifications, and usage for all items.
    This government response clarifies an amendment to a Request for Proposal (RFP) or similar government contract document. Specifically, it addresses a question regarding the availability of the “Schottel User Manual 1241871 Ver 1.0.” The response indicates that this manual has been removed from the Consolidated List of Reference in the Statement of Work, directing the inquirer to Amendment 0001 and Section 3.7 of the Statement of Work for further details. This shows a commitment to providing clear and updated information to potential contractors or grant applicants, ensuring all parties are working with the most current project requirements.
    This document addresses government responses to Requests for Clarification (RFCs) regarding a Statement of Work (SOW) and associated Price Worksheet. The responses clarify discrepancies and provide updates through forthcoming amendments. Specifically, the "Schottel User Manual 1241871 Ver 1.0" has been removed from the reference list. Multiple questions regarding inconsistencies between the Price Worksheet and SOW items (3.11.1-3.11.5), an item marked "Not Used" with scope requirements (3.10), incorrect table references (3.11.3.4 and 3.11.3.5), and missing items from the worksheet (3.3.1, 3.7.5, 3.11.4, and 3.11.5) are resolved. Amendment 0002 will incorporate these changes, including an updated Price Worksheet and SOW errata. Item 3.11.5 has been integrated into 3.11.4, ensuring all necessary items are accounted for in the revised documents. These amendments aim to rectify errors and provide clarity for all stakeholders involved in the RFP.
    Amendment 0002 to Solicitation N4523A26Q1001, issued by Puget Sound Naval Shipyard IMF, updates the Statement of Work and Price Worksheet for the Maintenance, Repair, and Preservation of YT-810. The proposal due date remains December 5, 2025, at 2:00 PM PDT. A secondary ship check date is set for December 2, 2025, from 8:00 AM to 2:00 PM on Naval Base Kitsap, requiring notification by November 26, 2025. Offerors must adhere to specific PPE requirements for ship checks and acknowledge the amendment. All other terms and conditions of the solicitation remain unchanged. This Request for Quote (RFQ) is for a Firm Fixed Price contract, with a performance period from March 19, 2026, to June 11, 2026, in the Puget Sound, WA region. Contractors must submit a Government Property Management System Plan. Contract financing will be provided as progress payments.
    The document addresses questions and answers related to a government Request for Proposal (RFP) or similar solicitation. It details several amendments and clarifications made in response to vendor inquiries. Key issues include the removal of a specific user manual (Schottel User Manual 1241871 Ver 1.0) via Amendment 0001, discrepancies between the Price Worksheet and the Statement of Work (SOW) items 3.11.1-3.11.5, and issues with SOW item 3.10 and SOW item 3.11.3.4 and 3.11.3.5, all addressed by Amendment 0002. Furthermore, missing SOW items from the worksheet (3.3.1, 3.7.5, 3.11.4, and 3.11.5) were clarified with 3.11.5 being integrated into 3.11.4 and included in a revised Attachment 2. The government declined to remove Technical Evaluation Factor 4. Finally, the deadline for quote submissions was extended to December 12, 2025, through Amendment 0003. This document is crucial for vendors to understand the updated requirements and deadlines for the solicitation.
    Amendment 0003 for Solicitation N4523A26Q1001, issued by Puget Sound Naval Shipyard IMF, updates the Attachment 6 Drawings and References and extends the proposal due date to December 12, 2025, at 2:00 PM PST. This Request for Quote (RFQ) is for Firm Fixed Price Maintenance, Repair, and Preservation of YT-810. The period of performance is from March 19, 2026, to June 11, 2026, with the work to be performed in the Puget Sound, WA region. Offerors must submit quotes, including a Government Property Management System Plan, to Christopher Davidson and Alice Robertson. A secondary shipcheck is scheduled for December 2, 2025, and attendance is strongly encouraged. All other terms and conditions of the solicitation remain unchanged. The NAICS code is 336611 (Ship Building and Repairing) and the PSC is J019 (Maintenance, Repair, and Rebuilding of Equipment: Ships, Small Craft, Pontoons, and Floating Docks).
    This government Statement of Work (SOW) outlines the docking and maintenance requirements for the YT-810 Deception, a Yard Tug Medium. The contractor is responsible for high-quality marine industry workmanship, adhering to specified technical references, and complying with all requirements. The scope includes vessel cleaning, zinc anode replacement, hull preservation, various repairs (hull, valves, deckhouse, propulsion, steering, machinery, electrical, piping, weight handling systems), and dock/sea trials. Key sections cover general requirements, definitions, required documents (schedules, lists, plans), progress meetings, availability requirements (electrical service, government office space), vessel care, workmanship standards, corrective action requests (CARs), condition found/inspection discrepancy reports (CFR/IDR), safety protocols (OSHA compliance, scaffolding, hot work), material standards, preservation, environmental and hazardous waste management, weight control, label plates, integrated logistic support, gas free certifications, testing requirements (Test and Inspection Plan, G-Points, I/V/Q Checkpoints), process control procedures (PCPs), compartment inspections, technical representative qualifications, and a heavy weather plan. The document emphasizes adherence to regulations, comprehensive documentation, and strict quality control throughout the project.
    This Statement of Work (SOW) outlines the requirements for docking and maintenance of the YT-810 Deception, a Yard Tug Medium. The project includes vessel cleaning, zinc anode replacement, hull preservation, and various repairs to hull, decks, propulsion, steering, machinery, electrical, and piping systems. The contractor is responsible for high-quality workmanship, compliance with safety and environmental regulations, and providing necessary facilities for government representatives. Key aspects include detailed documentation, regular progress meetings, comprehensive testing, and adherence to a heavy weather plan. The SOW emphasizes strict material procurement, weight control, and hazardous waste management protocols.
    Lifecycle
    Title
    Type
    Similar Opportunities
    TUGCON, Jones Act; Open-Ocean Tow
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide a U.S. flag, Jones Act compliant, ocean-going certified tug for an open-ocean tow operation. The contract requires the tug to tow the Berthing Barge YRBM-32 in accordance with the U.S. Navy Tow Manual, with the operation commencing from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA, for a single voyage scheduled between January 19 and January 26, 2026. This procurement is crucial for ensuring the safe and compliant transportation of naval assets, and the solicitation is set aside for total small business participation, reflecting the Navy's commitment to supporting small enterprises. Interested parties must respond to the presolicitation notice by December 9, 2025, and can contact David Anaya at david.c.anaya.civ@us.navy.mil for further details.
    Bravo Dive Boat 65DS1101
    Buyer not available
    The Department of Defense, specifically the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to submit proposals for the maintenance, repair, and preservation of a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull repairs, systems maintenance, and preservation work, all adhering to ABYC standards and commercial marine practices. 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 9, 2025, and ensure they are registered with the System for Award Management (SAM) to be eligible for award. 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.
    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.
    DRY CARGO TUGCON
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking information from qualified vendors regarding the procurement of a Dry Cargo Tugcon for an open-ocean tow mission. The objective is to identify a U.S. flag, ocean-going certified tug capable of towing a YRBM-32 Berthing Barge from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA, between January 5-23, 2026, with specific requirements including a minimum tow speed of six knots and internet and satellite phone capabilities. This opportunity is critical for ensuring the effective transportation of military assets and requires interested parties to submit detailed information, including a lump-sum price and transit plan, by November 18, 2025. For further inquiries, vendors may contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.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.
    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.
    TUG SERVICES PORTSMOUTH NH
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking information regarding the procurement of two U.S.-flagged, Jones Act-compliant tugboats to support operations in Portsmouth, NH, and Kittery, ME, as part of a Sources Sought Notice (N32205-SS-26-021). The tugs must meet specific operational characteristics, including minimum bollard pull, passenger capacity, transit speed, and firefighting capabilities, with the contract anticipated to be a Firm Fixed Price type with reimbursable elements. This procurement is crucial for ensuring effective maritime operations in the designated areas, with a performance period from February 1, 2026, to January 31, 2027, and two option periods available. Interested parties are required to submit their company information, business size, financial capability, estimated daily rates, and vessel characteristics by December 9, 2025, and can contact Yvonne Escoto or Reah Norris for further inquiries.
    USS DEWEY DDG-105 FY26 6C1 SRA(d)
    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 DEWEY (DDG-105) during its scheduled availability from March 30, 2026, to June 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Contractors must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for award, and the work will include structural, sheet metal, and rigging tasks, along with managing anticipated growth work. This procurement is critical for maintaining naval readiness and operational capability, ensuring that the USS DEWEY remains in optimal condition for future missions. Proposals are due by December 15, 2025, and interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil for further information and access to the work specifications.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project aims to dredge the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This dredging is critical for ensuring safe navigation in an area known for significant hazards due to shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work expected to commence in summer 2026. For further details, including submission instructions, please contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.