SAMA FRIENDSHIP REPAIR AND PMS
ID: 140P4325Q0030Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02108, 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 National Park Service, under the Department of the Interior, is soliciting proposals for the maintenance and repair of the Sailing Vessel Friendship, located at the Salem Maritime National Historical Site. The project aims to ensure the vessel's compliance with safety and seaworthiness regulations, focusing on hull repairs, maintenance, and painting, particularly below the waterline using Coppercoat paint. This procurement is significant for preserving maritime history and ensuring the operational integrity of historic vessels. Interested small businesses must submit their quotes by April 23, 2025, following a pre-bid site visit on April 14, 2025, and can direct inquiries to Jason Albright at Jason_Albright@nps.gov or by phone at 617-519-6145.

    Point(s) of Contact
    Albright, Jason
    (617) 519-6145
    (760) 934-4780
    Jason_Albright@nps.gov
    Files
    Title
    Posted
    The document outlines the scope of work for the maintenance and repair of the sailing vessel Friendship of Salem, operated by the National Park Service (NPS). The project aims to ensure the vessel complies with safety and seaworthiness regulations while it is docked at Gloucester Marine Railways. Repairs will involve inspection, maintenance, and painting, specifically focusing on the hull below the waterline using Coppercoat paint, mechanical repairs, and structural integrity checks. The contractor is responsible for all labor and materials, and must coordinate with existing contractors without impeding their work. The deadline for completion is May 31, 2025, and the contractor must provide a quality assurance and safety plan. Inspections by NPS personnel and the US Coast Guard will be required throughout the project. The document also emphasizes adherence to safety regulations, proper disposal of waste, and adequate protection of the vessel’s existing structures during repair work, indicating the NPS’s commitment to preserving maritime history while ensuring the safety and compliance of its historic vessels.
    The document outlines the scope of work for the maintenance and repair of the black water tanks on the Sailing Vessel Friendship in Salem, Massachusetts. It specifies the removal and replacement of specific aluminum panels, adhering to USCG standards and the American Bureau of Shipping's guidelines. Key points include the use of ¼" 5086 marine grade aluminum for new panels, the requirement for proper surface treatment with epoxy, and assurance that all welds meet specified standards. It also notes the responsibility of the contractor to ensure the tank is emptied and cleaned before repair. While a complete repair is preferred, the document allows for alternative methods, such as plug welding or using doubler plates for individual holes, subject to the approval of the Contracting Officer Representative (COR). This flexibility underscores the project's practical approach to achieving an operational black water tank while maintaining compliance with important regulatory standards.
    The document outlines the repair specifications for the Sailing Vessel Friendship of Salem, with a focus on hull repairs using Douglas fir laminated with approved epoxy resins, emphasizing strict adherence to environmental conditions for curing. It details preparation processes, including the removal of epoxy "blush," and specifies painting requirements for both exterior and interior surfaces. Additionally, the document describes the requirements for treating new and existing wood with sodium borate preservatives, as well as guidelines for lamination and replacement of hull planking. Notable details include specifications for scarf joint configurations, fastener use, and the application of fiberglass reinforcement. The proper handling of deteriorated wood and caulking procedures is emphasized to ensure structural integrity and waterproofing. A robust quality assurance process is mandated, with daily samples of laminated wood provided for inspection. This document serves as a technical reference for contractors involved in repairing the vessel while ensuring compliance with historical preservation standards and labor regulations, reflecting the government's investment in maintaining cultural heritage assets through rigorous project management and restoration techniques.
    The document outlines the specifications for the hull materials of a marine structure, focusing primarily on wood types used, adhesive requirements, and construction methods. Douglas fir is the primary wood for the hull's structural components, mandating specific grain and moisture standards. White oak is designated for exposed members for aesthetic purposes. Plywood made of fir construction is required for various planking, adhering to marine standards. Adhesives must include resorcinol glue for lamination and epoxy for various joints, with stated properties and manufacturer guidelines. Bedding compounds and seam compounds are specified for both structural integrity and aesthetic purposes, employing specific brands as standards. Additionally, the document covers the use of stainless steel fasteners and trunnels for fastening connections, as well as structural steel components requiring hot dip galvanization after fabrication. The specifications emphasize quality and durability while maintaining traditional construction methods, aligning with best practices for safety and functionality in marine environments. This document serves as a guideline for contractors in responding to RFPs related to marine construction projects, ensuring compliance with materials and methods outlined by the government.
    The document appears to contain fragmented text that likely relates to federal and local government RFPs (Requests for Proposals) and grants but is heavily corrupted, making it difficult to extract coherent information. The context indicates an intention towards disseminating important procurement information and guidelines for obtaining funding or contracts for various projects and services, pertinent to governmental agencies at federal, state, and local levels. Key themes likely involve the specifications for proposals, funding requirements, evaluation criteria, and compliance stipulations. Given its initial purpose, the document underscores the critical need for transparency, accountability, and structured processes within governmental operations, primarily concerning financial allocations and project management. Therefore, while the extensive corruption hinders a precise analysis, the core functional intent centers on facilitating effective government contracting and grant management procedures.
    The provided document appears to be a corrupted file relating to government RFPs, grants, and procurement initiatives. Due to its corrupted state, it does not convey coherent information or structured content. However, the anticipated purpose of similar documents is to outline federal and state funding opportunities, including requests for proposals that agencies can respond to for various projects and services. Typically, these documents would detail eligibility criteria, application processes, timelines, budgetary limits, and specific project goals aimed at addressing community needs or improving infrastructure. The intention is to guide applicants in preparing compliant proposals that align with governmental objectives, while ensuring transparency and competition within grants and procurement processes. In light of the document's unreadability, no key ideas or supporting details can be extracted to accurately reflect its content or structure.
    The document outlines a combined synopsis/solicitation for maintenance and repair services for the "Friendship of Salem" at the Salem Maritime National Historical Site, specifically seeking proposals from small businesses under NAICS code 336611 (Ship Building and Repairing). The request for quotation (RFQ) invites bids for a firm-fixed-price purchase order with anticipated work from May 1 to May 31, 2025. Key requirements include submitting a detailed project schedule, specifying types and compatibility of paints, outlining work responsibilities between prime contractors and subcontractors, and providing qualifications of key personnel with relevant experience. Proposals will be evaluated on technical merits, past performance, and pricing, with an emphasis on the lowest-priced, responsible offeror meeting all solicitation criteria. A pre-bid site visit is scheduled for April 14, 2025, and quotes must be submitted by April 23, 2025, via email to the designated contact. Overall, the procurement aims to ensure responsible and high-quality repairs while fostering opportunities for small businesses.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    19--NPS ISRO Ranger IV Vessel
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the manufacture and delivery of the Ranger IV vessel, intended for operations at Isle Royale National Park in Michigan. This procurement involves the construction of a new multi-mission passenger and cargo vessel to replace the existing M/V Ranger III, with specific requirements for a hybrid diesel-electric propulsion system, compliance with US Coast Guard and American Bureau of Shipping certifications, and a delivery deadline of December 14, 2026. The Ranger IV will play a crucial role in transporting passengers, cargo, and fuel, while also supporting emergency evacuations on Lake Superior. Interested contractors must submit their proposals, including a Firm-Fixed-Price offer and a detailed Statement of Work, by the extended deadline of January 2, 2026, and can direct inquiries to the Contracting Operations Strategic Team at ConOpsStrategicTeam@nps.gov.
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    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.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.
    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.
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the Service Life Extension Program (SLEP) repairs to the NOAA Ship Henry B. Bigelow, a critical asset for marine and atmospheric operations. The procurement involves extensive repairs and upgrades, including structural work, vessel repowering, and the replacement of key systems such as dynamic positioning, fire alarm systems, and various pumps and refrigeration units. The estimated repair period is set to last 14 months, commencing in February 2028 and concluding by April 2029, with a Request for Proposal (RFP) anticipated in December 2025 and proposals due by February 2026. Interested contractors must be registered in SAM.gov and can contact Tamara Horton at Tamara.Horton@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov for further details.
    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.
    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.
    USCGC LEGARE FY26 Post SLEP DS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dockside repairs on the USCGC LEGARE (WMEC-912), a 270-foot Medium Endurance Cutter, as part of a Sources Sought Notice. The procurement aims to identify capable contractors who can provide necessary facilities, materials, equipment, and personnel to perform various repair tasks, including load testing power supplies, inspecting circuit breakers, and calibrating flow meters, with all work to be conducted at the cutter's homeport in Newport, Rhode Island. This opportunity is crucial for maintaining the operational readiness of the vessel, ensuring it meets safety and performance standards. Interested parties must submit their capabilities and relevant documentation to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil by 4:00 PM EST on December 11, 2025, as the anticipated period of performance is from June 1, 2026, to August 14, 2026.
    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.