- 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
Maintenance, Repair, and Preservation of YC-1588
Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: WA. Response deadline: Apr 10, 2026. Industry: NAICS 336611 • PSC J019.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
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.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 42 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 336611
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.
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.