Skip to content
Department of Defense

Repair and Modernization IDIQ YC-UF-UFDD

Solicitation: N4523A26R0003
Notice ID: bd00236d7daf428a98d092fce952c677

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: WA. Response deadline: Jan 07, 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: N4523A26R0003. 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
$29,071,751,271
Sector total $42,854,460,360 • Share 67.8%
Live
Median
$556,046
P10–P90
$51,446$114,021,616
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
67.8%
share
Momentum (last 3 vs prior 3 buckets)
+656%($22,276,087,430)
Deal sizing
$556,046 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 →
Map for WA
Live POP
Place of performance
Washington • United States
State: WA
Contracting office
Bremerton, WA • 98314-5001 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
WA20260114 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Washington • Spokane
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $75.37Fringe $18.82
Rate
TILE FINISHER
Base $27.26Fringe $11.99
+42 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 42 more rate previews.
Davis-BaconBest fitstate match
WA20260114 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Spokane
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $75.37Fringe $18.82
Rate
TILE FINISHER
Base $27.26Fringe $11.99
Rate
TILE SETTER
Base $36.35Fringe $14.57
+41 more occupation rates in this WD
Davis-Baconstate match
WA20260130 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Spokane
Rate
ELECTRICIAN
Base $49.55Fringe $19.09
Rate
Line Construction: LINE PERSON
Base $64.17Fringe $23.58
Rate
TREE TRIMMER: Ground Person
Base $22.60Fringe $16.37
+31 more occupation rates in this WD
Davis-Baconstate match
WA20260021 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Adams
Rate
BRICKLAYER
Base $33.95Fringe $19.33
Rate
TILE SETTER
Base $29.86Fringe $13.95
Rate
CARPENTER (Including Drywall Hanging and Form Work)
Base $44.21Fringe $17.28
+28 more occupation rates in this WD
Davis-Baconstate match
WA20260061 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Whitman
Rate
ELECTRICIAN
Base $49.55Fringe $19.09
Rate
Line Construction: LINEMEN
Base $60.54Fringe $23.97
Rate
POWER EQUIPMENT OPERATOR GROUP 1
Base $38.17Fringe $23.40
+20 more occupation rates in this WD

Point of Contact

Name
Jeff Jaeckel
Email
jeff.a.jaeckel.civ@us.navy.mil
Phone
Not available
Name
Christopher Campbell
Email
christopher.d.campbell76.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

INFORMATION FOR POTENTIAL OFFERORS: The Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), Bremerton, Washington intends to award a Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) to procure repair and modernization of U.S. Navy waterborne barges home ported in the following locations in the state of Washington: Bremerton, Everett, Keyport, Indian Island, Manchester Fuel Depot, and NSB Bangor (Silverdale). Work will be accomplished at the Contractor's facility. Geographical Area of Consideration: To facilitate proper government oversight, the facility shall be located in 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. Types of Vessels: YC (Yard Craft), UF (Utility Float), UFDD (Utility Float Deep Draft) Barges Structural Material: Steel YC Notional Length: 115 Feet YC Notional Width: 32 Feet YC Notional Draft: 3 Feet YC Notional Light Load: 160 Long Tons UF Notional Length: 60 Feet UF Notional Width: 15 Feet UF Notional Draft: 3 Feet UF Notional Light Load: 25 Long Tons UFDD Notional Length: 60 Feet UFDD Notional Width: 15 Feet UFDD Notional Draft: 22 Feet UFDD Notional Light Load: 45 Long Tons Design Types: Hull, Mechanical, and Electrical Design Basic Commercial Off-the-Shelf to Militarized Special Designs Scope Overview: Typical projects may include docking the vessel and accomplishing the required vessel husbandry; project management; welding; pipefitting; shipfitting; abrasive grit blasting; painting; sheet metal forming; shaping; cutting and stamping; electrical repairs, alterations, and modernization; pump/motor and mechanical systems repair; tank cleaning; rigging; and temporary scaffolding removal/installation. The anticipated ordering period is five years between April 2026 to April 2031 The Government is contemplating a 100% Small Business set-aside under the North American Industry Classification System (NAICS) 336611, size standard 1,300 employees. The Government intends to post a request for proposals in January 2026 and anticipates award of the Firm Fixed Price, Indefinite Delivery Indefinite Quantity, Multiple Award Contract in April 2026 to the responsible offerors on a technically acceptable basis in accordance with but not limited to the Federal Acquisition Regulation (FAR) 15.101-2. Offerors can view and/or download the draft notional Statement of Work for review at https://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.

Files

Files size/type shown when available.

BidPulsar Analysis

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

Updated: Feb 14, 2026
Client-ready brief
Executive summary
medium confidencegpt 4o mini

The Department of the Navy is seeking to award a Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract for the repair and modernization of U.S. Navy waterborne barges, specifically YC, UF, and UFDD types, over a five-year period starting in April 2026. This opportunity is a Total Small Business Set-Aside, and the work will be performed at the contractor's facility in the Puget Sound region, with proposals expected in January 2026. Interested offerors must be registered with SAM and are encouraged to review the draft notional Statement of Work available online.

repair and modernizationwaterborne bargesIDIQ contractsmall business set-asidePuget Sound Naval ShipyardFAR compliancevessel husbandryNorth American Industry Classification System 336611
What the buyer is trying to do

The buyer intends to procure repair and modernization services for U.S. Navy barges home ported in the Puget Sound, ensuring compliance with Navy standards while fostering small business participation in the procurement process.

Who should pursue this
  • Small businesses specializing in ship repair and maintenance
  • Companies located within the Puget Sound, WA region
  • Firms with experience in working on steel hull vessels
Work breakdown
  • Acquire and rehabilitate the YC, UF, and UFDD barges
  • Perform docking and vessel husbandry
  • Conduct project management and supply oversight
  • Carry out welding, pipefitting, and shipfitting tasks
  • Execute abrasive grit blasting and painting operations
  • Implement mechanical systems repairs and alterations
  • Manage tank cleaning and rigging activities
  • Install and remove temporary scaffolding
Response package checklist
  • Completed proposal with technical approach
  • Evidence of SAM registration
  • List of relevant past performance examples
  • Compliance with FAR 15.101-2 requirements
  • Technical specifications for repair methodologies
Compliance notes
  • Must comply with FAR regulations pertaining to small business set-asides
  • Adherence to confidentiality regarding provided information
Pricing strategy
  • Firm-Fixed Price structure necessitates accurate cost estimations
  • Pricing competitiveness will be crucial given multiple awards anticipated
Teaming and subs
  • Consider teaming with local small businesses for logistical support
  • Form alliances with technical specialists in maritime repair
  • Potential partnership with subcontractors for specialized repair services
Risks and watchouts
  • Potential delays in proposal submission if draft requirements change
  • Challenges in coordinating facility location requirements
  • Bidding competition from other qualified small businesses
Smart questions to ask
  • What specific qualifications do you expect from bidders?
  • Can you clarify the timeline for the release of the solicitation documents?
  • What types of safety certifications are required for this contract?
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Details regarding the anticipated total contract value
  • Specific evaluation criteria for proposal selection
  • Clarification on required certifications for contractors
  • Information about potential amendments to the Statement of Work
  • Contact information for the contracting officer

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.