Search Contract Opportunities

Maintenance, Repair, and Preservation of the YTT-10   2

ID: N4523A25R6007 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

INFORMATION FOR POTENTIAL OFFERORS:

The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) intends to award a stand-alone Firm-Fixed-Price contract to accomplish the maintenance, repair, and preservation in support of the YTT-10 Battle Point.

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

The contractor's facility must possess the capability of one (1) YTT-10 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 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) Air Over Water Ejection Tank Repairs

(OPTION ITEM 2) Fire Detection System Upgrade

(OPTION ITEM 3) Shipboard Lighting System Upgrade

(OPTION ITEM 4) Flushing Water System Replacement

(OPTION ITEM 5) Sewage Pump Replacement

The expected Period of Performance is scheduled to be 17 March 2026 to 10 March 2027.

The Government intends to post a request for proposal in July/August 2025 and anticipates award of the Firm-Fixed Price, stand-alone contract in December 2025 to the responsible contractor on a lowest price, technically acceptable basis in accordance with with, but not limited to, the Federal Acquisition Regulation (FAR) 15.102-2. Offerers can view and/or the draft notional work specifications for review at https://www.sam.gov.

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.

Notice Regarding Pre-Solicitation Synopsis:

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 pre-solicitation announcement is released in accordance with FAR 5.2. Information provided in response to this pre-solicitation announcement is for informational and planning purposes only, will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract.

Background
The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) intends to award a stand-alone Firm-Fixed-Price contract for the maintenance, repair, and preservation of the YTT-10 Battle Point.

The agency's mission is to ensure the operational readiness of naval vessels through high-quality maintenance services.

Work Details
The contractor will coordinate with the Contracting Officer via the Contracting Officer’s Representative (COR) to receive the vessel at their facility. Upon docking, tasks include washing and cleaning the vessel, defueling it, blasting, inspecting, and preserving the underwater hull and freeboard.

Additional tasks involve removing and reinstalling the propeller, preserving the Vehicle Recovery Room Bilge, cleaning and certifying the potable water system, repairing air over water tanks, blasting and preserving the main deck non-skid, repairing mess deck tile floors, fabricating and installing a new lightweight torpedo loading tray, replacing deck socket tiedowns, repairing deck access hatches, preserving engine intake and exhaust plenums, overhauling L-Drives, repairing various winches and pumps, and conducting multiple system upgrades including Main Engine Replacement and Fire Detection System Upgrade.

The contractor will also conduct sea trials and coordinate vessel pickup with the Government.

Period of Performance
The expected Period of Performance is from 17 March 2026 to 10 March 2027.

Place of Performance
The contract work will be performed in the Puget Sound region of Washington State.

Overview

Response Deadline
June 26, 2025, 3:00 p.m. EDT Past Due
Posted
June 10, 2025, 3:55 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Bremerton, WA United States
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Odds of Award
65%
Signs of Shaping
95% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 6/10/25 Naval Sea Systems Command issued Presolicitation N4523A25R6007 for Maintenance, Repair, and Preservation of the YTT-10 due 6/26/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336611 (SBA Size Standard 1300 Employees) and PSC J019.
Primary Contact
Name
Katherine Lauer   Profile
Phone
(360) 815-9581

Secondary Contact

Name
Christopher Campbell   Profile
Phone
None

Documents

Posted documents for Presolicitation N4523A25R6007

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation N4523A25R6007

Incumbent or Similar Awards

Contracts Similar to Presolicitation N4523A25R6007

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N4523A25R6007

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N4523A25R6007

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA SHIPYARD > PUGET SOUND NAVAL SHIPYARD IMF
FPDS Organization Code
1700-N4523A
Source Organization Code
500022455
Last Updated
July 11, 2025
Last Updated By
alice.n.robertson.civ@us.navy.mil
Archive Date
July 11, 2025