Lifecycle Maintenance of 33-Foot Vessels
ID: N4523A25Q1101Type: Combined Synopsis/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 and Intermediate Maintenance Facility, is seeking qualified contractors to provide lifecycle maintenance services for various naval vessels, including six 33-foot Patrol Boats and two 33-foot Harbor Security vessels. The contract, which is a total small business set-aside, requires the contractor to perform maintenance tasks such as hull cleaning, anti-foulant paint application, and cradle coating, with a performance period of 12 months from the date of award. This procurement is critical for ensuring the operational readiness and longevity of the naval fleet, emphasizing compliance with federal, state, and local regulations. Interested parties must submit their proposals by 11:00 AM PDT on July 2, 2025, and can contact Chloe Vernet or Nathan DeGuzman for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines the maintenance tasks for the Strategic Weapons Facility Pacific's (SWFPAC) fleet, including six Naval Sea Systems Command (NAVSEA) 33-foot Patrol Boats, two 33-foot Harbor Security vessels, and two 64-foot Patrol Boat cradles. The contract spans 12 months, allowing concurrent work on various vessels with an estimated completion time of 21 calendar days per vessel. Key tasks include hull cleaning, anti-foulant paint application, and cradle coating, all requiring adherence to specific environmental and safety standards. Contractors are responsible for documenting conditions found during inspections and must comply with stringent quality control and corrective action protocols. They are also tasked with providing necessary materials and ensuring proper waste management per federal, state, and local regulations. The contract emphasizes a collaborative approach, requiring coordination with the Contracting Officer and timely compliance with all safety and environmental laws. This comprehensive maintenance strategy ensures the operational readiness and longevity of the vessels, illustrating the federal commitment to maintain naval capabilities.
    The Statement of Work outlines the requirements for hull coatings maintenance on various Naval vessels managed by the Strategic Weapons Facility Pacific (SWFPAC). It details the life cycle maintenance for six 33-foot Patrol Boats and two 33-foot Harbor Security vessels, including tasks like bottom paint application, interceptor guard installation, and cradle coating. The contractor is responsible for compliance with specifications, including hull preparation and application of specified Sherwin Williams paint systems. The work is to be completed within 12 months, with vessels delivered and returned via government transportation. The contract emphasizes safety, environmental compliance, and quality control throughout the process, requiring inspections and documentation of all steps taken during maintenance. The contractor must ensure proper cleaning and preservation of the vessels, maintain high standards of workmanship, and adhere to relevant regulations regarding hazardous materials. This document serves as a vital framework guiding contractors in fulfilling maintenance responsibilities for the Navy's small craft fleet.
    The document is a pricing schedule for a government RFP regarding various maintenance tasks and installations related to vessel upkeep, specifically focusing on bottom paint maintenance and interceptor guard installations. The schedule includes multiple contract line item numbers (CLIN/SLIN) for different projects, all of which are currently listed with zero pricing for fringe benefits, overhead, general and administrative costs, profit, and total price. Additionally, it outlines required labor rates, material prices, and the totals for both prime and subcontractor costs, including any other direct costs. The absence of pricing suggests that this document is intended for offerors to propose their financial estimates, emphasizing the need for detailed budgeting and cost analysis in responding to the RFP. Overall, the pricing schedule serves as a foundational component in the procurement process, ensuring transparency and structured financial proposals from participating contractors within federal and state guidelines.
    The file provides detailed instructions for contractors to obtain security badges for accessing NBK Bangor to conduct ship-checks and maintenance for the U.S. Navy's 33 Foot Patrol Boat Lifecycle Maintenance. Contractors must complete an online Base Authorization and Visit Request (BAVR) form, ensuring to fill in required fields including the purpose of visit, a designated Point of Contact (POC), and specific command access details. The document stresses the importance of accurate submission, noting that omissions can lead to rejection. It also outlines practical advice for badge collection, such as arrival times and necessary documentation, including proof of U.S. citizenship. The contractor should inform the POC, John Annonen, upon submission. This process is essential for compliance with security regulations in government contracts, ensuring that contractors can perform necessary tasks safely and effectively.
    The document outlines the procedure for requesting drawings and references related to the Request for Proposal (RFP) N4523A25Q1101 concerning 33-foot vessels. Interested parties must send an email with a specific subject line to designated contacts, Chloe Vernet and Nathan DeGuzman. Subsequently, the requested drawings will be provided via the DoD SAFE system. This process is part of the federal government's procurement efforts aimed at ensuring all interested vendors have access to necessary information for submitting proposals related to the RFP. The emphasis is on proper communication channels and adherence to secure data transmission protocols as part of the procurement process.
    The document outlines the approved GFP (Government Furnished Property) attachment related to the procurement of 33-foot patrol boats under the solicitation number N4523A25Q1101, part of the SWFPAC program. It details several provisioned items, specifically different models of the Combatant Craft, numbered from 33PB1004 to 33PB1012, each with a unique CAGE code, part number, and acquisition cost of $600,000. Additionally, two models identified as 33HS2101 and 33HS2103, also categorized under Combatant Craft, have an acquisition cost of $900,000 each. The document further mentions boat cradles (64PB Boat Cradle), each priced at $2,000. The items listed are not serially managed and are classified as equipment, intended for return in a DPAS (Defense Property Accountability System). Notably, all items are marked as "use as-is" and are not upgradeable. This procurement initiative highlights the government's ongoing commitment to equipping its forces with advanced maritime capabilities while ensuring adherence to logistical and financial management protocols in government contracting. The structured format facilitates clarity and efficient processing of the assets listed for acquisition.
    The document addresses inquiries related to Government Responses for Request for Comments (RFC) 001-003 concerning the installation and delivery of Interceptor Guards on specified vessels. It specifies that the contractor is responsible for fabricating, installing, and supplying all necessary materials for the Interceptor Guards, along with the removal and restoration of the anti-foulant paint system. Furthermore, the document clarifies that all vessels will be delivered via trailer, as per Government protocols. Notably, it acknowledges a discrepancy between the Statement of Work (SOW) Appendix and certain enclosure items, directing readers to Attachment 1 for corrections. This file serves to clarify terms surrounding contractor obligations and delivery methods in alignment with federal standardsand practices, ensuring compliance and clarity in the execution of associated tasks.
    This document serves as an amendment to a government solicitation, specifically extending the deadline for receiving offers and updating pertinent logistical details. The amendment clarifies that contractors must acknowledge the receipt of this amendment through specified methods to avoid rejection of their offers. It notes that changes to existing offers can be submitted prior to the specified deadline and outlines the requirement for certain accounting and appropriation data if necessary. The primary purpose of the amendment is to revise the Statement of Work (SOW) and update the associated attachments. It includes important administrative details such as names, titles, and contact information related to the contracting officers and contractors involved. The proposal due date remains unchanged at July 2, 2025, while all other terms and conditions are reaffirmed to remain in full force. This document is part of standard procedures in federal grants and RFP processes to ensure clarity and compliance among contractors and government entities.
    This Request for Quote (RFQ) outlines the procurement of lifecycle maintenance services for 33-foot vessels designated as 33PB and 33HS. The solicitation is prepared as per FAR part 12 and 13, with a submission deadline of July 2, 2025, at 11:00 AM PT. The NAICS code is 336611 (Ship Building and Repairing), and the standard maximum employee size for bidding is 1,300. The performance period for the awarded contract is set for 12 months following the award date, with work to be conducted in the Puget Sound, WA region. Quotes must be submitted via email to designated contracting officers, with clear stipulations on providing a Property Management System Plan per FAR 52.245-1 for managing government property. The scope includes multiple line items for painting and maintenance according to a Statement of Work (SOW) attached. Accurate completion of pricing structures and adherence to evaluation criteria outlined in FAR Provision 52.212-2 are mandatory. The document specifies that contractors must comply with various FAR clauses and provide detailed inspections and acceptance locations, additionally noting the necessity of obtaining any required permits and licenses. Overall, the RFQ emphasizes the significance of compliance with federal standards and managing resources effectively.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    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.
    52000QR260001642 USCGC FLORENCE FINCH HULL CLEANING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and zinc renewal of the USCGC FLORENCE FINCH, scheduled to take place from January 13-16, 2026. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring thorough cleaning of underwater surfaces while adhering to specified maintenance procedures. This procurement is crucial for maintaining the operational readiness and longevity of the vessel, which is vital for Coast Guard missions. Interested vendors must submit their firm-fixed price quotations by January 8, 2026, and can direct inquiries to Timothy Ford or Joshua Miller via the provided email addresses.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    DRYDOCK: USCGC SEA HORSE DD FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC SEA HORSE (WPB-87361) scheduled for fiscal year 2026. The procurement involves comprehensive maintenance tasks, including hull preservation, propulsion system maintenance, and electrical inspections, with a total of 48 specific work items outlined in the solicitation. These repairs are critical for ensuring the operational readiness and safety of the vessel, which plays a vital role in the Coast Guard's mission. Interested small businesses must submit their offers by December 15, 2025, and can direct inquiries to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil 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.
    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.
    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.
    52000QR260001531 USCGC CHARLES DAVID JR. Diver Hull Clean, Inspect & Zinc Anodes Renewal
    Homeland Security, Department Of
    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 MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) during Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull inspections, propulsion system overhauls, and various structural and mechanical repairs, with the contractor responsible for providing all necessary labor, materials, and equipment. This opportunity is significant for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their proposals by 8 AM EST on December 10, 2025, with an anticipated award date around December 19, 2025. For further inquiries, contact Jerrod Gonzales at jerrod.a.gonzales@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.