SOURCES SOUGHT
J -- Maintenance, Repair, and Preservation of the YTT-10
- Notice Date
- 5/8/2025 4:31:28 PM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A25R6007
- Response Due
- 5/16/2025 12:00:00 PM
- Archive Date
- 05/31/2025
- Point of Contact
- Katherine Lauer, Phone: 3608159581
- E-Mail Address
-
katherine.e.lauer.civ@us.navy.mil
(katherine.e.lauer.civ@us.navy.mil)
- Description
- 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 the YTT-10 Battle Point. Work will be accomplished at the Contractor's facility. The Government is seeking responses from sources that can perform the following work.. YTT-10 Length: 186 FT 6IN Width: 40 FT - 8.75 IN Draft: 10 FT 5 IN Fwd. 10 FT 4 IN Aft. Molded (10'6'') Full Displacement: 1,269 L Tons Light Load: 1,010 L Tons Age: 29 YEARS Hull Type: STEEL Scope Overview: Coordinate with the Contracting Officer, via the Contracting Officer�s Representative (COR) to receive the vessel at the Contractor�s facility. Upon docking the vessel, wash and clean the vessel. Defuel the vessel. Blast, inspect and preserve the underwater hull and freeboard. Remove and reinstall propeller. Preserve Vehicle Recovery Room Bilge, Open, Clean, Inspect and preserve Tanks/Voids, Clean, flush, disinfect and certify potable water system. Repair Air over water tanks. Blast, inspect and preserve the main deck non-skid. Repair mess deck tile floor. Fabricate and install new light weight torpedo loading tray. Remove existing and install new flush deck socket tiedowns. Repair deck access hatches. Preserve port and starboard main engine intake and exhaust plenums. Remove, clean, inspect main propulsion tail shaft. Overhaul port and starboard L-Drives. Repair forward windlass, vertical traction winches, heavy lift capstan and bow thruster unit. Repair shower drains / toilet vents and associated piping. Accomplish the following modifications: Main Engine (ME) and Reduction Gear (RG) Replacement, Electrical Switchboard Upgrade, Bailey Monitoring and Control System Replacement, Dynamic Positioning System (DPS) Upgrade, Fire Detection System Upgrade, Ships Service Diesel Generator (SSDG) Replacement, Bilge & Ballast Tank Reach Rod Modification, Navigation Lighting Upgrade, Auxiliary Sea Water Pump Replacement, Flushing Water System Replacement, Pilot House Flooring Replacement, Fire Suppression System Replacement, Wind Sensor Replacement, Motion Reference Unit (MRU) Replacement, and DPSG Fugro Seastar Replacement. Conduct sea trials. Coordinate with COR to support and accomplish all contract requirements prior to the availability end date. Arrange and coordinate the pickup of the vessel from the Contractor�s facility by the Government with the Contracting Officer via the COR. (OPTION ITEM 1) Fire Detection System Upgrade (OPTION ITEM 2) Shipboard Lighting System Upgrade (OPTION ITEM 3) Flushing Water System Replacement (OPTION ITEM 4) Sewage Pump Replacement YTT-10 Period of Performance: Estimated 02/03/2026 - 11/26/2026 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 ""YTT-10 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 YTT-10 package? When to Submit: Responses are requested no later than 12:00PM PT, on 16 May 2025. Notice Regarding Sources Sought: This sources sought is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP 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 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. This sources sought announcement is released in accordance with FAR 15.201. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dc8eef3f6a11413bb5250e139b6f2225/view)
- Place of Performance
- Address: Bremerton, WA, USA
- Country: USA
- Country: USA
- Record
- SN07437057-F 20250510/250508230057 (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 |