Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2025 SAM #8747
SOLICITATION NOTICE

J -- Maintenance, Repair, and Preservation of YT-810

Notice Date
11/5/2025 9:12:15 AM
 
Notice Type
Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A26Q1001
 
Response Due
12/5/2025 10:00:00 AM
 
Archive Date
12/20/2025
 
Point of Contact
ALICE ROBERTSON, Chris Davidson
 
E-Mail Address
alice.n.robertson.civ@us.navy.mil, christopher.t.davidson7.civ@us.navy.mil
(alice.n.robertson.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 and Intermediate Maintenance Facility (PSNS and 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). The YT-810 characteristics are 90 FT length, 38 FT width, 16 FT Draft, 494 L Tons displacement, 438 L Tons Light Load, 4 years of age, and hull material is steel. The Contractor's facility must possess the capability of accommodating 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 vessel availability is scheduled to be 19 March 2026 to 11 June 2026. This is a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,300 employees. 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. NOTE: Please pay particular attention to the inclusion of DFARS 252.232-7998 Obligations in Advance of Fiscal Year 2026 Funding (DEVIATION 2026-O0001).
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/54c009de7d52486989cf0daf4acad87f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07635585-F 20251107/251105230037 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.