The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interest in performing 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. The Government is seeking responses from sources that can perform the following work.
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.
Beluga RCD Barge Period of Performance:
Estimated March 2026 through May 2026
What/Where to Submit:
Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact. Please hand or digitally sign your letter of interest and e-mail it to the Government contacts listed below, with "65DS1101 Sources Sought Response" in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in the description shown above, and answers to the following specific questions. Please limit your response to no more than 5 pages.
1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,300 or less employees)?
2. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance.
3. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)?
4. Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the 65DS1101 package?
When to Submit:
Responses are requested no later than 12:00PM PDT, on 1 August 2025. Businesses of all sizes are encouraged to respond.
Notice Regarding Sources Sought:
This Sources Sought is issued solely for information and planning purposes - it does not constitute a solicitation or a promise to issue a solicitation in the future. This Sources Sought does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not seeking proposals at this time, nor accepting unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this source sought; all costs associated with responding to this source sought will be solely at the interested party's expense. Not responding to this Sources Sought does not preclude participation in any future Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP), if any is issued. If a solicitation is released, it will be synopsized on the SAM website (sam.gov). It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
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.
Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract.
Based on the responses to this sources sought, this requirement may be set aside for small business (in full or in part) or procured through full and open competition (unrestricted), the government intent at this time is for a single award. All small business set-aside categories will be considered. Telephonic inquiries will not be accepted or acknowledged, the government will not be providing evaluations or comments to companies providing sources sought responses but the responses will be used to inform the government as to the best means of procuring this requirement.