SOLICITATION NOTICE
J -- Bravo Dive Boat 65DS1101
- Notice Date
- 8/26/2025 12:04:41 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
- N4523A25Q1110
- Response Due
- 9/9/2025 12:00:00 PM
- Archive Date
- 09/24/2025
- Point of Contact
- Katherine Lauer, Phone: 3608159581, Chris Davidson
- E-Mail Address
-
katherine.e.lauer.civ@us.navy.mil, christopher.t.davidson7.civ@us.navy.mil
(katherine.e.lauer.civ@us.navy.mil, christopher.t.davidson7.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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 one (1) 65 FT BRAVO DIVE BOAT 65DS1101. Work will be accomplished at the Contractor's facility. Geographical Area of consideration: 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. 65DS1101 Length: 69 FT 10 IN Width: 22 FT 0 IN Draft: 3 FT 6 IN Full Displacement: 55 L TONS Age: 13 YEARS Light Load: 8,000 lbs Hull Type: Aluminum Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR) to deliver the vessel to the Contractor�s facility from Puget Sound Naval Shipyard (PSNS) Bremerton, WA. Remove all fendering and sweep blast clean. Accomplish survey of hull to identify and repair corrosion, preserve the exterior above and below the waterline, including the crane. Apply nonskid to horizontal surfaces on the exterior and interior of the boat. Replace motor mounts. Remove, inspect and install shafting, rudders and propellers. HVAC repair. Maintain and repair watertight hatches and doors. Repair, modify and preserve push knee. Replace and modify corroded deck and bulkhead structure in the main cabin. Install remote fuel shut offs. Identify and repair corrosion beneath the transformers in the aft lazzarette, install a weather shield above the starboard transformer in the aft lazzarette. Replace hydraulic, and fuel hoses. Identify and repair corroded structure beneath the shower room drain. Remove windows, repair window heaters, and reinstall windows. Replace fire suppression system piping and recertify system. Repair damage to the port bow. Accomplish modification and repair of swim platform stairs. Restore preservation system on the console in the pilot house. Replace existing generators with supplied Kohler generators, Modify, repair and install fendering system. Modify and repair the monkey heater system. Remove, inspect, preserve and install rudders. Replace thru hull valves and flexible hoses. Replace false bulkheads in the shower room and head. Open, clean and inspect all tanks. Perform sea trials after completion of repairs and full cure time of preservation. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the COR. The Period of Performance is expected to be 25 March 2026 to 29 May 2026. The Government intends to post a solicitation in September/October 2025 and anticipates award of the Firm-Fixed-Price, stand-alone contract in January/February 2026 to the responsible contractor on a lowest price, technically acceptable basis. 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/dea8287159064cf6b55305ba41fdaf12/view)
- Place of Performance
- Address: Bremerton, WA, USA
- Country: USA
- Country: USA
- Record
- SN07566474-F 20250828/250826230044 (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 |