ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

YON Underwater Hull Cleaning and Maintenance

DEPT OF DEFENSE N0060425Q4138
Response Deadline
Sep 17, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, is seeking qualified small businesses to provide underwater hull cleaning and maintenance services for the Fuel Barge YON-328. The contractor will be responsible for comprehensive services including cleaning, preventative maintenance, ultrasonic thickness gauging, and visual inspections, ensuring compliance with Navy regulations and industry standards. This procurement is critical for maintaining the operational readiness and safety of naval vessels, with a contract performance period extending from the date of award through September 30, 2026. Interested parties must submit their quotes by the specified deadline and can direct inquiries to David D. Chang at david.d.chang3.civ@us.navy.mil.

Classification Codes

NAICS Code
336611
Ship Building and Repairing
PSC Code
Z1NA
MAINTENANCE OF FUEL SUPPLY FACILITIES

Solicitation Documents

5 Files
4.02.5 Attachment 5 FAR 52.212-3 Dev. Alt 1.docx
Word51 KBSep 16, 2025
AI Summary
FAR 52.212-3 outlines offeror representations and certifications for commercial products and services, crucial for federal government RFPs and grants. It defines key terms like "Covered telecommunications equipment," "Economically disadvantaged women-owned small business," "Forced or indentured child labor," "Inverted domestic corporation," "Manufactured end product," "Place of manufacture," "Restricted business operations," "Sensitive technology," and various small business classifications. The document details requirements for offerors to complete annual representations in SAM, verify their accuracy, and update them for specific solicitations. It includes certifications regarding small business status, veteran and women-owned businesses, responsibility matters, payments to influence federal transactions, Buy American Act compliance, child labor, place of manufacture, Service Contract Labor Standards exemptions, Taxpayer Identification Number, Sudan business operations, inverted domestic corporations, Iran-related activities, ownership, delinquent tax liability, felony convictions, predecessor information, and prohibitions on confidentiality agreements and covered telecommunications equipment/services. These certifications ensure compliance with federal regulations and eligibility for government contracts.
4.02.4 Attachment 4 FAR 52-204-24.pdf
PDF51 KBSep 16, 2025
AI Summary
Federal Acquisition Regulation (FAR) provision 52.204-24 mandates that offerors represent whether they provide or use “covered telecommunications equipment or services.” This regulation, stemming from the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Section 889), prohibits executive agencies from procuring or contracting with entities using such equipment or services as a substantial component or critical technology. Offerors must review the System for Award Management (SAM) for excluded parties. If an offeror indicates they "will" provide or "does" use covered equipment/services, they must provide detailed disclosures, including entity information, equipment descriptions, and explanations of proposed use. The provision clarifies exclusions for services connecting to third-party facilities (e.g., backhaul) and telecommunications equipment that cannot route or provide visibility into user data.
4.02.3 Attachment 3 Provision Clauses.pdf
PDF88 KBSep 16, 2025
AI Summary
This government file, document N0060425Q4138, outlines various clauses and provisions incorporated into federal contracts, particularly focusing on commercial products and services. Key areas covered include requirements related to compensation of former DoD officials, whistleblower rights, safeguarding defense information, and prohibitions on certain telecommunications equipment and business operations with specific foreign entities (Maduro Regime, Xinjiang Uyghur Autonomous Region). The document details procedures for electronic payment requests via Wide Area WorkFlow (WAWF), including definitions, access, training, submission methods, and routing instructions. It also incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, some with authorized deviations, covering topics such as supply chain security, small business utilization, labor standards, equal opportunity, environmental considerations, and export controls. The file emphasizes compliance with these regulations and provides guidance on disclosures and waivers for non-compliant items or services, ensuring adherence to federal laws and executive orders in government contracting.
4.02.2 Attachment 2 Combine Sol N0060425Q4138.pdf
PDF210 KBSep 16, 2025
AI Summary
This is a combined synopsis/solicitation (RFQ N0060425Q4138) for commercial items, specifically underwater hull cleaning for the YON-328, prepared in accordance with FAR Subpart 12.6 and FAR 13. This 100% small business set-aside is seeking quotes from qualified sources. The NAICS code is 336611 with a 1,300-employee small business standard. The period of performance is from the contract award date through September 30, 2026, at Building 1757 Neosho Avenue K-5 Joint Base Pearl Harbor Hawaii 96860. Award will be based on the Lowest Priced Technically Acceptable (LPTA) quote, requiring contractors to state no exceptions to the attached Performance Work Statement (PWS). Quotes must include detailed pricing, a completed copy of 52.212-3 Deviation and ALT I, and 52.204-24. Contractors must be registered in SAM.gov. Questions are due by 4:00 PM Hawaii Standard Time on September 16, 2025. Contact David D. Chang at david.d.chang3.civ@us.navy.mil for inquiries.
4.02.1 Attachment 1 PWS YON 328 Rev1.pdf
PDF318 KBSep 16, 2025
AI Summary
The Commander Fleet Logistics Center Pearl Harbor (FLCPH) is seeking a contractor for underwater hull cleaning, preventative maintenance, calibration, certification, and ultrasonic thickness (UT) gauging for Fuel Barge YON 328. The contractor will provide all necessary personnel, equipment, and materials, including diving services and photographic documentation, to remove 100% of soft and hard growth fouling. The work includes visual inspections for damage and corrosion, and a minimum of 300 UTG readings per hull, all in accordance with specified Navy regulations and industry standards. The contractor must implement a Quality Control Plan and ensure all personnel are US Citizens/Nationals with appropriate certifications for underwater UT gauging. Access to Joint Base Pearl Harbor-Hickam requires Defense Biometric Identification System (DBIDS) credentials and a favorably adjudicated background investigation for all personnel. The period of performance is from contract award through September 30, 2026.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 15, 2025
deadlineResponse DeadlineSep 17, 2025
expiryArchive DateOct 2, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVSUP FLT LOG CTR PEARL HARBOR

Point of Contact

Place of Performance

JBPHH, Hawaii, UNITED STATES

Official Sources