J--GOGA - NHL BALCLUTHA HAUL OUT
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Park Service (NPS), under the Department of the Interior, is soliciting proposals for Maintenance and Restoration Haul Out Services for the National Historic Landmark (NHL) full-rigged ship Balclutha. This is a combined synopsis/solicitation for a firm-fixed-price contract to perform essential dry-docking, maintenance, and restoration work on the historic vessel. Proposals are due by May 1, 2026.
Scope of Work
The required services include the haul out of the Balclutha, routine ship husbandry, thorough vessel cleaning and inspection, hull preparation and coatings application, and cyclic maintenance of ship systems and components. Specific tasks involve cleaning, repair, preparation, and coating of the hull, bulwarks, spars, decks, and appurtenances, servicing of through-hull valves and emergency bilge pumping systems, and renewal of cathodic protection components.
Optional bid items cover necessary and desired repairs such as steel repair identified during ultrasonic gauging, additional preparation and painting, and carpentry repairs to decking and caulking. The award of options for forecastle deck and main deck deckhouse replacement is anticipated if funding is available. The project concludes with the vessel's delivery to berthing at Mare Island Naval Shipyard.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: September 1, 2026, to August 31, 2027 (for base CLINs; options will reflect funded options).
- NAICS Code: 336611 (Shipbuilding and Repairing)
- Size Standard: 1,300 Employees
- Set-Aside: Full and open competition; no set-aside restrictions.
- Place of Performance: Contractor's facility located along or adjacent to the navigable waters of the San Francisco Bay and Delta. The vessel is currently at Mare Island Naval Shipyard, Vallejo, CA.
- Special Requirements: Emphasis on historical accuracy, safety, environmental protection, and adherence to historic preservation procedures. Contractor must use a standard dry dock facility or lift platform technology; travel lifts or cranes are unacceptable due to the hull's fragility.
Submission & Evaluation
- Submission Deadline: May 1, 2026, 23:00:00Z
- Submission Method: Via email to the Contracting Officer, Juan Roman, at juan_roman@ios.doi.gov.
- Evaluation Factors: Award will be made to the offeror providing the best value, based on Technical Approach, Relevant Experience, Past Performance, Qualifications and Experience of Key Personnel and Subcontractors, Schedule, and Price.
- Proposal Requirements: Submittal checklist includes signed SF 1449, signed amendments, completed provisions, a technical approach (max 10 pages), relevant experience, past performance, qualifications, schedule, and representation/certification.
Key Attachments & Notes
- A site visit is scheduled for Tuesday, April 14, 2026, at 1:00 PM PDT, at 860 Nimitz Ave, Vallejo, CA 94592. RSVP is required.
- Interested parties must be registered in the System for Award Management (SAM).
- Numerous attachments provide detailed specifications, including a revised Price Schedule, Balclutha reference drawings, material and process specifications (e.g., AWPA, SSPC, ABS), USCG guidelines for riveted vessels and dead ship tows, International Paint specifications, and a map of anticipated repairs.