Skip to content
Department of Defense

Maintenance and Repair of 33HS-64PB-78PB

Solicitation: N4523A26Q1007
Notice ID: 80e4db469010437c9b930a9949ed1e24
TypeSources SoughtNAICS 336611PSCJ019DepartmentDepartment of DefenseAgencyDept Of The NavyPostedFeb 23, 2026, 12:00 AM UTCDueMar 03, 2026, 08:00 PM UTCExpired

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Mar 03, 2026. Industry: NAICS 336611 • PSC J019.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N4523A26Q1007. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.

12-month awarded value
$31,823,652,797
Sector total $52,180,821,306 • Share 61.0%
Live
Median
$149,419
P10–P90
$24,449$2,365,440
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
61.0%
share
Momentum (last 3 vs prior 3 buckets)
+256%($17,850,980,201)
Deal sizing
$149,419 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Bremerton, WA • 98314-5001 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
ALICE ROBERTSON
Email
alice.n.robertson.civ@us.navy.mil
Phone
Not available
Name
Nathan DeGuzman
Email
nathaniel.d.deguzman.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA SHIPYARD • PUGET SOUND NAVAL SHIPYARD IMF
Contracting Office Address
Bremerton, WA
98314-5001 USA

More in NAICS 336611

Description

Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), Contracting Department (Code 400), is conducting market research to determine industry capability and interest that might exist in order to support an upcoming requirement in performing maintenance, repair and preservation in support of six (6) Naval Sea Systems Command (NAVSEA) 33-foot harbor security vessels (33HS), six (6) 64-foot patrol boats (64PB), and three (3) 78-foot patrol boats (78PB). Work will be accomplished at the Contractor's facility. The Government is seeking responses from sources that can perform the following work:

33 FT Harbor Security (33HS) Vessel

  • Length: 37 FT 4 IN
  • Beam: 11 FT 5.5 IN
  • Light Load Weight: 17,440 LBS
  • Draft (Full Load): 2 FT 2 IN
  • Age: 4-5 YRS
  • Hull Material: Aluminum, Monohull

64 FT Patrol Boat (64PB)

  • Length: 71.9 FT
  • Beam: 21.5 FT
  • Light Load Weight: 103,397 LBS
  • Draft (Full Load): 4.5 FT
  • Age: 16 YRS
  • Hull Material: Aluminum, Monohull

78 FT Patrol Boat (78PB)

  • Length: 84.75 FT
  • Beam: 20.5 FT
  • Light Load Weight: 175,660 LBS
  • Draft (Full Load): 4.5 FT
  • Age: 8 YRS
  • Hull Material: Aluminum, Monohull

Scope Overview: Provide life cycle maintenance services for six (6) 33-foot harbor security vessels (33HS), six (6) 64-foot patrol boats (64PB), updated the navigation electronics on three (3) 78-foot patrol boats (78PB), and replace the warped area of a 64PB engine room bulkhead.  To schedule delivery of 33HSs and 64PBs to the Contractor’s work site, the Contractor will coordinate with the Contracting Officer, via the Contracting Officer’s Representative (COR). Upon docking 33HSs, 64PBs, and 78PBs, wash and clean the vessels. 

The notional schedule is listed below is provided for planning purposes only. The government is not obligated to pursue this schedule or a future solicitation because of this Sources Sought.

Period of Performance

12 months from the date of contract award

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 "SWFPAC 33HS-64PB-78PB 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 33HS-64PB-78PB package?

When to Submit: Responses are requested no later than 12:00PM PT, on 3 March 2026. Businesses of all sizes are encouraged to respond.

Notice Regarding Sources Sought: This sources sought is issued solely for informational and planning purposes - it does not constitute a solicitation or a promise to issue a solicitation 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 notice does not preclude participation in any future Request for Quote (RFQ), Invitation for Bid (IFB) or Request for Proposal (RFP), if any is issued. If a solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE). It is the responsibility of the potential offerors to monitor the GPE 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.

Based on the responses to this sources sought, this requirement may be set-aside for small business (in full or in part) or procured through full and open competition (unrestricted), the government intent at this time is for a single award.  All small business set-aside categories will be considered.  Telephonic inquiries will not be accepted or acknowledged, the government will not be providing evaluations or comments to companies providing sources sought responses but the responses will be used to inform the government as to the best means of procuring this requirement.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.