The Northwest Regional Maintenance Center (NWRMC), Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), Code 400 intends to issue a solicitation (solicitation number to be determined) for the award of a pre-priced Indefinite Delivery, Indefinite Quantity (IDIQ) contract for preservation, repair work and trade labor support aboard the United States Navy’s Submarines during extended refit periods, refit periods and voyage repair periods. The maintenance and repair type work included within the scope of this IDIQ will be preservation; non-SUBSAFE structural repair; lead bin repair and fabrication; de-ballasting and re-ballasting as well as trade labor support for scaffolders, fire-watch and touch-up painters. The contractor shall furnish the necessary management, gas free, confined space tank and fire watches, material support services, labor, supplies, and equipment deemed necessary to accomplish the requirements of this IDIQ contract.
The IDIQ will be awarded to one awardee. During execution, the Government will place orders for the level of support necessary based on actual work packages. The Government expects to issue delivery orders on a Fixed Price basis of pre-priced preservation, repair work and trade support (i.e. full preservation of an MBT; set daily rate for providing one Firewatch; etc.).
The result of this sources sought will be utilized to determine whether any Small Business set-aside opportunities exist. All Small Business set-aside categories will be considered. In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2020-O0008), Small Business concerns are reminded that in the performance of contracts awarded under small business set-aside procedures, the concern will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities.
REQUIREMENT:
PSNS & IMF intends to release a solicitation for preservation and repair of United States Naval Submarines along with categories of trade support. The intended delivery order execution process is expected to be fast paced with the contractor able to support production start dates within 5 working days after delivery order issuance. The contractor will be expected to have an embedded project management team ready to coordinate and plan as soon as the delivery order has been issued. The IDIQ contract will include a five-year ordering period. The IDIQ will be procured as a supply contract with incidental service elements. The supply being procured is the repaired, mission-ready vessel, which is returned to service within the Fleet.
Preservation work performed throughout the life of this IDIQ will include touch-up painting, blasting, preservation, and surface preparation for the main ballast tanks (MBTs), chain locker and sump, superstructure (interior/exterior, voids and safety track), underwater hull, and stern planes, using NAVSEA Standard Items, SUBMEPP standards, and TRF Bangor quality assurance and environmental safety and health (QA/ESH) requirements.
Preservation personnel shall have SSPC Abrasive Blasting Certification (C7), Spray Application Certification (C12), and Marine Plural Component Program (MPCAC, C14) Certification. Company shall be QP-1 certified.
Non-SUBSAFE structural work to be performed throughout the life of this IDIQ will be derived from URO MRC 003 inspections and may include base metal build-up and structural member removal and replacement in spaces/surfaces using NAVSEA Standard Items, SUBMEPP standards, T9074-AD-GIB-010/1688 Rev 1 Requirements for Fabrication, Welding, and Inspection of Submarine Structure and TRF Bangor quality assurance and environmental safety and health (QA/ESH) requirements.
The contractor shall maintain written weld procedures that comply with the requirements of S9074-AQ-GIB-010/248 Rev 1.
The contractor shall be responsible for employing technically qualified personnel that are trained and/or knowledgeable in all aspects necessary for the qualification nondestructive test (NDT) procedures, NDT personnel, NDT equipment, workmanship inspection procedures, and workmanship inspection personnel for submarine structure repairs. The contractor shall maintain nondestructive test (NDT) procedures that meet the requirements of T9074-ASGIB-010/27176y Rev 1.
Lead bin work to be performed throughout the life of this IDIQ will include free flood lead bin repair and fabrication, lead bin conversion, lead de-ballasting and re-ballasting in spaces/surfaces as specified by the delivery order, using NAVSEA Standard Items, SUBMEPP standards, and TRF Bangor quality assurance and environmental safety and health (QA/ESH) requirements. The Contractor Lead Work support duties and functions are defined as medically cleared and capable of handling, lifting and carrying raw lead weighing up to 80 pounds as specified. The Contractor Lead Worker shall be qualified and trained to wear required respiratory Personal Protective Equipment (PPE) as well as qualified and trained in Lead
Awareness; Occupational Safety and Health (OSH); Fall Protection; Hearing Conservation and Eye Safety Awareness. The Contractor Lead Worker shall be qualified to work in confined and
enclosed spaces.
The contractor shall provide qualified resource support personnel in the following trades: Scaffolders, fire watch and touch-up painters who shall have completed a formal course of study in the assigned trade through either community college, technical or trade school, military training, formal company training program or an apprentice program. All tradespersons assigned shall have a minimum of two (2) years verifiable experience on U.S. Navy surface ship or submarine platforms in the assigned trade.
Scaffolder:
The Contractor employee shall be qualified to erect, modify, maintain, and
disassemble scaffolding/staging of various shipyard systems. The contractor employee will be required to plan, layout work from blueprints, drawings, select materials, measure and cut to
required lengths, use hand tools or portable tools, using measuring instruments for
example rulers, carpenter’s squares and levels. The employee shall also have the
ability to erect different types of containments and apply shrink-wrap for weather
protection coverage.
Fire Watch:
Firewatch support duties and functions are defined as performing visual observation of the operation area on which industrial activity is being performed and extinguishing incipient stage fires as specified. Contractor personnel shall be trained in accordance with the requirements of 29 CFR 1915.508(a) through (c) and 29 CFR 1915.508(e). Contractor Firewatch shall be trained and medically cleared to wear required respiratory personal protective equipment (PPE). Contractor Firewatch shall be trained and qualified in fall protection. Contractor Firewatch shall be qualified to work in confined and enclosed spaces. Perform a visual inspection of the operation area to identify actual and potential fire hazards prior to the commencement of industrial work. Clear or cause to be cleared the operation area of identified fire hazards. Prevent and extinguish incipient stage fires with a portable fire extinguisher when they occur. Summon emergency fire-fighting help in the event attempts to extinguish an incipient stage
fire fails. Contractor personnel shall stand fire watch duties with one or more fire extinguisher(s) in areas as instructed by the Contractor’s Supervisor and/or Work Lead. Contractor Firewatch personnel shall have the authority to stop, or cause to be stopped, all industrial hot-work activities in the immediate operation area when they determine that a potentially unsafe fire hazard exists or an unsafe event or condition arises. Contractor Firewatch personnel shall establish and regulate pedestrian traffic around, rather than through, an industrial hot-work operation area whenever practical.
Sprayer/Touch-up painter:
The Contractor employee shall be certified as a C-12 air sprayer and C-14 airless
sprayer (NACE/NBPI; SSPC standards). The contractor shall be capable of preparing coating materials by tinting, toning, matching, blending, and mixing in various additives such as catalysts, drying agents, and retardants for: tanks, voids, bilges, interior and exterior surfaces with the proper applications with brushes or rollers, for the paint mileage required by written technical direction. This may require needle gunning, hand or mechanical sanding to prepare the surface for final painting. Sprayer and Touch-up Painter shall meet environmental requirements to acquire, apply, remove and dispose of paint, paint waste or residuals and Lead Paint waste in accordance with OSHA requirements, federal and state laws, and TRF procedures. Paint applied shall be free of paint discontinuities, for example: skips, runs, and drips.
Additional work may include the installation and maintenance of containments and staging.
Navy Maintenance Database (NMD). Contractor shall obtain access to NMD to provide electronic communication of work requirements associated to this contract. Access to NMD shall be coordinated through the Contracting Officer’s Representative upon contract award.
The anticipated solicitation will be for a Firm-Fixed Price IDIQ that will be utilized to issue pre-negotiated Firm-Fixed Price delivery orders.
Inherent in performing this contract, the contractor shall provide the personnel, supervision, management, and financial capabilities necessary for the efficient and effective administration and control of work requirements. The Contractor shall ensure adequate resources are dedicated to comply with the standards, guidelines and procedures as stated to satisfy the requirements of the contract. The contractor is required to provide all of their own equipment and supplies necessary for the performance of this contract including portable generators for power and compressors for air. Government will provide laydown areas, Hazmat and grit disposal, potable water, fuel, rigging and forklift services.
The Contractor shall have an acceptable Quality Management System, in accordance with NAVSEA Standard Item 009-04, in place at time of contract award and shall maintain an acceptable Quality Management System for the life of the contract.
The contemplated solicitation will be issued electronically via the Solicitation Module within the Procurement Integrated Enterprise Environment (PIEE) and linked through the System for Award Management website, beta.SAM.gov, and interested parties must comply with the terms of the announcement. Interested offerors should monitor the PIEE Solicitation Module and SAM page for the release of the solicitation, and any applicable amendments.
Offerors must be registered in SAM in order to participate in this procurement at https://www.sam.gov/portal/public/SAM/.
SUBMISSION DETAILS:
Interested companies are invited to submit a response on company letterhead. The Government's primary purpose for this Sources Sought is to obtain substantive feedback on the proposed contract structure to ensure it is realistic and effective.
To provide context for your feedback, please begin your response with a brief, high-level summary of your company's qualifications. Please limit your total response to no more than ten (10) pages.
Submission Section 1: Company Profile Summary
Provide a concise summary of your company's qualifications, including:
Category - Information Requested
- Company Information - Name, address, points of contact, CAGE code.
- Business Size - Small or large business under NAICS code 336611.
- Intent to Propose - A statement on whether your company plans to submit a proposal.
- Corporate Experience - A brief narrative of your experience managing and executing ship repair, especially on U.S. Navy vessels, and your capacity for managing simultaneous, complex projects.
- Security Clearances - Current facility and personnel security clearance levels.
Submission Section 2: Feedback on Proposed Contract Strategy
This is the most critical section of your response. The Government seeks detailed, constructive feedback on the feasibility and structure of the proposed IDIQ. Please provide thorough responses to the following questions:
- Provide feedback on the proposed pre-priced model. For which work is this feasible (e.g., routine preservation)? For emergent work (e.g., structural repairs from URO MRC 003 inspections), what alternative pricing structures would you recommend (e.g., pre-negotiated labor/material rates)? How would you structure these to ensure transparency and cost control?
- Regarding the requirement to start production within 5 working days, describe the manning, logistics, and management approach your company would need to meet this. What are the primary cost drivers and risks associated with this rapid turnaround? Would you need to maintain a cleared, on-site "ready team," and how would you price that readiness during periods of no work?
- How do you envision the "embedded project management team" working in practice? What resources, access, and authorities would your team need from the Government to create a truly "seamless" planning and execution process?
- Comment on the Government's choice of a single-award IDIQ. What are the potential risks or drawbacks for both industry and the Government with this approach versus a multiple-award contract for the same scope? Describe the strategy you would use to maintain a qualified, cleared workforce through the expected "volatile workloads and extended periods of low workload." What contract mechanisms (e.g., minimum ordering guarantees) would make this feasible?
The Government is not requesting interested parties to provide brochures and/or generalized sales-pitch language. Capability and capacity information shall be specific (quantified as appropriate) and not theoretical in nature to the greatest extent practicable. For instance, a notification of intent to partner with numerous firms to acquire appropriate resources should be supported with formal agreements and/or letters of intent, as well as a provision of projects where the parties have successfully teamed together in the past for work equivalent in nature.
Information provided shall be treated as Business Sensitive or confidential to the responder, exempt from public release under the Freedom of Information Act. All information shall be provided free of charge to the Government. PSNS&IMF may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. This sources sought announcement is released in accordance with FAR 15.201. This sources sought announcement is not a request for proposal. The purpose of this sources sought announcement is to gather information from industry. 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.
Where to Submit: Electronically via email to:
Andrew Skelley, Contracting Officer andrew.m.skelley.civ@us.navy.mil
Carly Stotts, Contract Specialist carly.j.stotts.civ@us.navy.mil
An email acknowledging receipt will be sent to each individual submission. The electronic submission should be digitally signed, and the email transmittal should have the title “Trident Refit Facility Submarine Preservation, Repair, and trade support IDIQ Sources Sought Response” in the subject line. Please limit responses to no more than ten pages.
When to Submit: Sources Sought Responses are requested by close of business Monday, 02 February 2026.
Notice Regarding Sources Sought: Please note that this sources sought is for informational purposes and to identify potential sources. This notice does not constitute a Request for Proposal, and is not to be construed as a commitment by the Government of any kind.
The Government will not pay for any effort expended or any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided.
Further information, if any, will be posted on beta.SAM.gov.
QUESTIONS
Please route all pertinent questions concerning the potential IDIQ solicitation via email to contracting personnel working the requirement.