Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2026 SAM #8872
MODIFICATION

J -- Maintenance, Repair, and Preservation of YC-1588

Notice Date
3/10/2026 8:47:20 AM
 
Notice Type
Combined Synopsis/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
N4523A26Q1005
 
Response Due
4/10/2026 12:00:00 PM
 
Archive Date
04/25/2026
 
Point of Contact
Jeff Jaeckel, Nathan DeGuzman
 
E-Mail Address
jeff.a.jaeckel.civ@us.navy.mil, nathaniel.d.deguzman.civ@us.navy.mil
(jeff.a.jaeckel.civ@us.navy.mil, nathaniel.d.deguzman.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 & IMF), Bremerton, Washington intends to award a stand-alone Firm-Fixed-Price contract to accomplish maintenance, repair, and preservation of YC-1588. The YC-1588 characteristics are Length: 110 F, Width: 32 FT, Draft: 3 FT, Full Displacement: 694 L Tons, Light Load: 144 L Tons, Hull Type: Steel and Age: 38.9 Years. The Contractor's facility must possess the capability of YC-1588 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 SUPERVISOR to deliver the vessel to the Contractor�s facility. Upon docking vessel, wash, and clean vessel. Accomplish required inspections and fender repairs. Remove existing and install new zinc anodes. Remove existing handrail sockets. Hull and main deck require ultrasonic measurement of plating thickness and repair of areas below minimum thickness as needed. Accomplish blast and paint preservation of hull and freeboard. Vessel requires inspection for damage and deterioration (hull, main deck, and tanks/voids�plating and framing). Accomplish air test in each QTY (6 EA) ballast tanks. Apply new non-skid system to main deck. Open, clean, inspect, and test QTY (6 EA) ballast tanks. Accomplish blast and paint partial preservation of QTY (6 EA) ballast tanks. Accomplish access cover and watertight hatch repairs. Undock the vessel. Verify vessel drawings and provide redline drawings to reflect actual conditions of the vessel. Arrange and coordinate the delivery of the vessel back to the Government with the Contracting Officer via the SUPERVISOR. The vessel availability is scheduled to be 1 July 2026 to 27 August 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 review Request for Quote instructions regarding contract financing.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ca8c45854b0a4070b1f0cae2af56ca70/view)
 
Place of Performance
Address: WA, USA
Country: USA
 
Record
SN07739603-F 20260312/260310230042 (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!  © 1994-2026, Loren Data Corp.