AMENDMENT 0003 - 20 January 2026
The purpose of this amendment is to extend the proposal due date from 21 January 2026 at 12:00PM PST to 28 January 2026 at 12:00PM PST. Responses to RFC's have been addressed. The vessel availability is updated to 01 July 2026 - 22 October 2026.
___________________________________________________________________
AMENDMENT 0002 - 16 January 2026
The purpose of this amendment is to update the following: Attachment 1 Statement of Work, Attachment 6 Drawings & References, and Responces to RFC's.
___________________________________________________________________
AMENDMENT 0001 - 13 January 2026
The purpose of this amendment is to update the following: Attachment 1 Statement of Work, Attachment 2 Price Proposal Worksheet, Attachment 6 Drawings & References, and Responses to RFCs.
____________________________________________________________________
The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), Bremerton, Washington intends to award a stand-alone Firm-Fixed-Price contract to accomplish maintenance, repair, and preservation of the YT-802.
The YT-802 characteristics are length: 93 FT, width: 38 FT - 3IN, draft: 12 FT, full displacement: 581 L TONS, light load: 453 L TONS, age: 15 YEARS, and hull material: steel.
The Contractor's facility must possess the capability of the YT-802 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. Replace deck winch, and mast systems hydraulic hoses. 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 01 July 2026 to 24 September 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.