SOLICITATION NOTICE
J -- Maintenance, Repair, and Preservation of the YTT-10
- Notice Date
- 6/10/2025 12:55:51 PM
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A25R6007
- Response Due
- 6/26/2025 12:00:00 PM
- Archive Date
- 07/11/2025
- Point of Contact
- Katherine Lauer, Phone: 3608159581, Christopher Campbell
- E-Mail Address
-
katherine.e.lauer.civ@us.navy.mil, christopher.d.campbell76.civ@mail.mil
(katherine.e.lauer.civ@us.navy.mil, christopher.d.campbell76.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- INFORMATION FOR POTENTIAL OFFERORS: The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) intends to award a stand-alone Firm-Fixed-Price contract to accomplish the maintenance, repair, and preservation in support of the YTT-10 Battle Point. YTT-10 Length: 186 FT 6IN Width: 40 FT - 8.75 IN Draft: 10 FT 5 IN Fwd. 10 FT 4 IN Aft. Molded (10'6'') Full Displacement: 1,269 L Tons Light Load: 1,010 L Tons Age: 29 YEARS Hull Type: STEEL The contractor's facility must possess the capability of one (1) YTT-10 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 receive the vessel at the Contractor�s facility. Upon docking the vessel, wash and clean the vessel. Defuel the vessel. Blast, inspect and preserve the underwater hull and freeboard. Remove and reinstall propeller. Preserve Vehicle Recovery Room Bilge, Open, Clean, Inspect and preserve Tanks/Voids, Clean, flush, disinfect and certify potable water system. Repair Air over water tanks. Blast, inspect and preserve the main deck non-skid. Repair mess deck tile floor. Fabricate and install new light weight torpedo loading tray. Remove existing and install new flush deck socket tiedowns. Repair deck access hatches. Preserve port and starboard main engine intake and exhaust plenums. Remove, clean, inspect main propulsion tail shaft. Overhaul port and starboard L-Drives. Repair forward windlass, vertical traction winches, heavy lift capstan and bow thruster unit. Repair shower drains / toilet vents and associated piping. Accomplish the following modifications: Main Engine (ME) and Reduction Gear (RG) Replacement, Electrical Switchboard Upgrade, Bailey Monitoring and Control System Replacement, Dynamic Positioning System (DPS) Upgrade, Fire Detection System Upgrade, Ships Service Diesel Generator (SSDG) Replacement, Bilge & Ballast Tank Reach Rod Modification, Navigation Lighting Upgrade, Auxiliary Sea Water Pump Replacement, Flushing Water System Replacement, Pilot House Flooring Replacement, Fire Suppression System Replacement, Wind Sensor Replacement, Motion Reference Unit (MRU) Replacement, and DPSG Fugro Seastar Replacement. Conduct sea trials. Coordinate with COR to support and accomplish all contract requirements prior to the availability end date. Arrange and coordinate the pickup of the vessel from the Contractor�s facility by the Government with the Contracting Officer via the COR. (OPTION ITEM 1) Air Over Water Ejection Tank Repairs (OPTION ITEM 2) Fire Detection System Upgrade (OPTION ITEM 3) Shipboard Lighting System Upgrade (OPTION ITEM 4) Flushing Water System Replacement (OPTION ITEM 5) Sewage Pump Replacement The expected Period of Performance is scheduled to be 17 March 2026 to 10 March 2027. The Government intends to post a request for proposal in July/August 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 with, but not limited to, the Federal Acquisition Regulation (FAR) 15.102-2. Offerers can view and/or 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d3636819b2424af8bd070b55e6f20477/view)
- Place of Performance
- Address: Bremerton, WA, USA
- Country: USA
- Country: USA
- Record
- SN07471668-F 20250612/250610230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |