FY26 Ronald H. Brown 5 Year Drydock Repairs
Special Notice from NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION • COMMERCE, DEPARTMENT OF. Place of performance: MS. Response deadline: Feb 20, 2026. Industry: NAICS 336611 • PSC 1920.
Market snapshot
Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 336611
Description
The US Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division (EAD), intends to negotiate on a sole source basis with Bollinger Mississippi Repair, LLC. (BMR), using the procedures in FAR Part 12, to perform planned FY26 5-year drydock repairs on the NOAA Ship Ronald H. Brown.
Work items include, but are not limited to temporary services, misc. steel repairs, Z drive maintenance, misc. valves and piping, misc. electrical repairs, voyage data recorder renewal, Safer Seas CCTV system installation, gauge/meter calibrations, fuel oil purifier repairs, ventilation system repairs, reefer systems repairs, pressure vessel inspections, firefighting systems certifications, weight handling gear inspections, cargo lift maintenance/inspection, heavy lift cranes overhaul, hydro boom overhaul, portable crane overhaul, fast rescue boat maintenance, ballast water treatment plant maintenance, lifesaving equipment inspections, misc. habitability repairs, hospital maintenance, dry docking, sea valve maintenance, underwater transducer maintenance, underwater hull preservation, freeboard hull preservation, ECDIS renewal, and domestic reefer plant renewals.
BMR was awarded the contract for the NOAA Ship Ronald H. Brown Mid Life Repairs. While preforming sea trails, the Ronald H. Brown experienced an engine room fire and was towed back to BMR in order to undergo remediation of the damages attributed to the fire. It is estimated to take 12 months to complete these repairs. The Government acknowledges that other ship repair companies are capable of completing the planned 5 year drydock repairs under normal circumstances, but because the ship is unable to maneuver under its own power, and BMR is completing the fire remediation repairs, it is not feasible to sail the ship to an alternate shipyard for this requirement.
The statutory authority for other than full and open competition is 41 U.S.C. 1901 as authorized by Revolutionary FAR Overhaul 12.201.
The North American Industry Classification System (NAICS) code for this acquisition is 336611 – Ship Building and Repairing, which has a business size standard of 1,300 employees.
This is not a solicitation for competitive quotes, nor will one be posted on the Government Entry Point, SAM.gov.
A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. However, if any interested party believes that it is capable of meeting the requirements outlined in the attached draft Specifications, and in an effort to comply with the requirements outlined in FAR 5.102, a firm may submit a written notice expressing their comprehensive understanding of the requirement along with a narrative statement of the company’s capabilities, including technical information to support the company’s ability to meet the requirement. Please note, the capability statement must contain material in sufficient detail to allow NOAA to determine if the party can meet all of the requirements.
Please send your correspondence to the Contract Specialist, Jessica Loftus, at Jessica.Loftus@noaa.gov, with the subject line to include the Announcement Number: Project Title.
Any notice, to include all supporting documentation, must be received on or before 10:00 AM EST on February 20, 2026.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.