Maintenance, Repair, and Preservation of YC-1588

SOL #: N4523A26Q1005Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
PUGET SOUND NAVAL SHIPYARD IMF
BREMERTON, WA, 98314-5001, United States

Place of Performance

WA

NAICS

Ship Building and Repairing (336611)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Ships, Small Craft, Pontoons, And Floating Docks (J019)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 27, 2026
2
Last Updated
Mar 30, 2026
3
Submission Deadline
Apr 10, 2026, 7:00 PM

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 Department of the Navy, specifically the Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), intends to award a stand-alone Firm-Fixed-Price contract for the Maintenance, Repair, and Preservation of YC-1588. This opportunity is a 100% Small Business set-aside under NAICS 336611. The contractor's facility must be located in the Puget Sound, WA region and capable of accommodating the YC-1588 vessel (110 FT L, 32 FT W, 3 FT Draft). Proposals are due by April 10, 2026, at 12:00 PM PDT.

Scope of Work

The comprehensive scope of work involves docking and undocking the YC-1588 vessel, including transport to and from the contractor's facility. Key tasks include:

  • Hull and Main Deck Preservation: Ultrasonic measurement of plating thickness, repair of areas below minimum thickness, blast and paint preservation of hull and freeboard, and application of a new non-skid system to the main deck.
  • Inspections and Repairs: Inspection for damage and deterioration of hull, main deck, and tanks/voids. Repair of access covers, watertight hatches, steel and rubber fenders, and replacement of zinc anodes. Structural repairs, including handrail removal.
  • Ballast Tank Work: Air testing, opening, cleaning, inspection, and partial preservation of six ballast tanks.
  • Documentation: Verification of vessel drawings and provision of redline drawings reflecting actual conditions.
  • Safety & Environmental: Strict compliance with OSHA and other relevant safety regulations (e.g., 29 CFR 1915, 1910, 1926), environmental, and hazardous waste management regulations. A Heavy Weather Plan and Foreign Material Exclusion (FME) procedures are required.
  • Materials: All Contractor Furnished Materials (CFM) must be new, and certain hazardous materials (asbestos, PCB, magnesium, cadmium, mercury) are prohibited.
  • Government Furnished Property (GFP): The YC-1588 Open Lighter Barge itself is provided as GFP, with an acquisition cost of $100,000.00, to be used "As-Is."

Contract & Timeline

  • Contract Type: Firm-Fixed-Price.
  • Period of Performance: The vessel availability is scheduled from July 1, 2026, to August 27, 2026.
  • Set-Aside: 100% Small Business.
  • NAICS Code: 336611 (Ship Building and Repairing), Size Standard: 1,300 employees.
  • Response Due Date: April 10, 2026, 12:00 PM Pacific Time (PT).
  • Clarification Submission Deadline: April 1, 2026, 12:00 PM Pacific Time (PT).
  • Ship Check: Scheduled for March 26, 2026. Interested offerors must notify Alexandra Vanderpool by March 17, 2026, and obtain a security badge via the BAVR system.
  • Published Date: March 25, 2026 (Amendment 0001).

Evaluation

Award will be based on the lowest priced, technically acceptable quote. Evaluation factors include:

  • Technical Capabilities: Corporate Experience (Attachment 5), Certifications, Facility (must accommodate YC-1588 and be in Puget Sound region), and Quality Management Plan.
  • Past Performance: Assessed based on customer satisfaction and timely delivery (Attachment 4).
  • Price: Offerors must complete the Price Worksheet (Attachment 2). Offerors must also submit a copy of their internal Government Property Management System Plan.

Additional Notes

All offerors must be registered with the System for Award Management (SAM) at www.sam.gov. Requests for Specification Clarification (Attachment 3), Drawings and References (Attachment 6), and CDRLs/DIDs (Exhibit A) should be submitted via email to the specified contacts. Growth work will be managed under a Level of Effort (LOE) to Completion process (Attachments 8 and 9).

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
View
Version 1
Sources Sought
Posted: Jan 27, 2026
View
Maintenance, Repair, and Preservation of YC-1588 | GovScope