INFORMATION FOR POTENTIAL OFFERORS:
The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), Bremerton, Washington intends to award a stand-alone Firm-Fixed-Price contract to accomplish maintenance, repair, and preservation of one (1) Harbor Tug, Medium (YT-810 Deception).
YT-810
The contractor's facility must possess the capability of one (1) Harbor Tug, Medium (YT-810 Deception) with the dimensions as stated above. To facilitate proper government oversight, the facility shall be located in the Puget Sound, WA region. For this procurement, the Puget Sound, WA region is defined as the West Coast of the continental US, starting from Olympia, WA and extending northward to Bellingham, WA.
Scope Overview:
Coordinate with the Contracting Officer, via the Contracting Officer’s Representative (COR) to deliver the vessel to the Contractor’s facility. The Government will transport the vessel to the Contractor’s repair facility. Upon docking vessel, wash, and clean vessel. Replace zinc anodes. Blast and preserve underwater hull and freeboard, bulwarks, and handrails. Blast and preserve main deck, 1st deck, and 2nd deck non-skid. Perform hull and freeboard Ultrasonic Test (UT) inspections. Perform hull and freeboard, main deck, 1st deck, and 2nd deck Visual Inspections (VT). Repair hull and winch valves. Repair deckhouse expansion joint. Test and preserve CHT, ballast, potable water, fuel oil, waste oil and day tanks. Accomplish Mast Lighting and Deckhouse Lighting Repairs. Replace deck winch, mast, and brow systems hydraulic hoses. Accomplish winch control piping modification (YT-0104D). Undock the vessel. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. Upon completion of all work the Government will take custody of the vessel.
The expected Period of Performance is scheduled to be 2 February 2026 to 24 April 2026.
The Government is contemplating a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,300 employees. The Government intends to post a request for proposals in July 2025 and anticipates award of the Firm-Fixed Price, stand-alone contract in December 2025 to the responsible contractor on a lowest price, technically acceptable basis in accordance with, but not limited to, the Federal Acquisition Regulation (FAR) 15.101-2. Offerors can view and/or download the draft notional work specifications for review at https://www.sam.gov.
All offerors must be registered with the System for Award Management (SAM) to receive award of Government contracts. Offerors are advised also that SAM representations and certifications can be completed electronically via the System for Award Management website at https://www.sam.gov.
Notice Regarding Pre-Solicitation Synopsis:
Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. PSNS & IMF may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. This pre-solicitation announcement is released in accordance with FAR 5.2. Information provided in response to this pre-solicitation announcement is for informational and planning purposes only, will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract.