Closed Solicitation · DEPT OF DEFENSE

    PNSY MAINTENANCE AND REPAIR OF FACILITY RESPONSE TEAM (FRT) VESSELS AND TRAILERS

    Sol. N3904026PNSY5139PresolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)PORTSMOUTH, NH
    Closed
    STATUS
    Closed
    closed Mar 27, 2026
    POSTED
    Mar 11, 2026
    Publication date
    NAICS CODE
    336611
    Primary industry classification
    PSC CODE
    J019
    Product & service classification

    AI Summary

    The Portsmouth Naval Shipyard is seeking qualified businesses for preventative maintenance and emergency repairs of Facility Response Team vessels and trailers. This sources sought notice aims to identify capable contractors, particularly small businesses, to perform the required services, including maintenance on outboard engines and generators. Interested parties should submit a capability statement detailing their qualifications.

    Contract details

    Solicitation No.
    N3904026PNSY5139
    Notice Type
    Presolicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    March 11, 2026
    Response Deadline
    March 27, 2026
    NAICS Code
    336611AI guide
    PSC / Class Code
    J019
    Primary Contact
    Bob Watters
    State
    NH
    ZIP Code
    03801-5000
    AI Product/Service
    service

    Description

    1. SYNOPSIS

    This is a SOURCES SOUGHT NOTICE for market research purposes only. This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified businesses, particularly certified small businesses, to perform the work described herein.

    The Portsmouth Naval Shipyard (PNSY) has a requirement for preventative maintenance (PM) and unscheduled/emergency repair of seven (7) Facility Response Team (FRT) vessels and their associated trailers. The Government intends to award a firm-fixed-price contract with a not-to-exceed (NTE) line item for unplanned repairs. The anticipated period of performance is one (1) base year with one (1) one-year option period.

    2. REQUIREMENT OVERVIEW

    The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to perform scheduled preventative maintenance and unscheduled/emergency repairs on the FRT boats, trailers, and motors listed below.

    Core requirements include:

    • Performing preventative maintenance on boats, motors, and trailers in accordance with the provided Statement of Work (SOW).

    • Executing unscheduled and emergency repairs as requested by the Government.

    • Providing certified technicians to perform maintenance and repairs on Honda and Yamaha outboard engines and Westerbeke generators.

    • Capability for pickup and delivery of vessels via water is required. All primary work will be completed at the contractor's facility.

    • Providing detailed written estimates for all unplanned work, with costs broken down by labor and materials, for Government approval prior to commencing work.

    • Ensuring vessels are maintained in a state of operational readiness and are available for Government use upon request.

    • Adherence to strict security protocols for access to Portsmouth Naval Shipyard, including requirements for personnel to be U.S. citizens.

    Government Furnished Equipment for Maintenance:

    Manufacturer / SizeEngine TypeSeaArk 23’ BoatSingle Yamaha 225 HP OutboardMetal Shark 25’ BoatTwin Yamaha 115 HP OutboardsSeaArk 30’ Platform BoatTwin Yamaha 150 HP OutboardsKvichak 30’ Skimmer BoatTwin Yamaha 90 HP OutboardsMetal Shark 30’ Platform BoatTwin Yamaha 150 HP OutboardsMetalCraft 30’ Platform BoatTwin Yamaha 150 HP OutboardsMetalCraft 25’ BoatTwin Yamaha 115 HP Outboards

    The requirement also includes maintenance for seven (7) associated boat trailers of various makes (JDCI, Evolution, Venture, Carnai, BoatMaster, EZ Loader).

    3. PURPOSE OF NOTICE & REQUESTED INFORMATION

    The Government is seeking to identify qualified and interested businesses capable of performing this work. This information will be used to determine the appropriate acquisition strategy, including consideration for a small business set-aside (e.g., Small Business, 8(a), HUBZone, Service-Disabled Veteran-Owned, or Woman-Owned Small Business).

    Interested parties are requested to submit a Capability Statement that addresses the following:

    1. Company Information:

      • Company Name and Address

      • Unique Entity ID (UEI) and CAGE Code

      • Company point of contact (name, email, phone)

      • Business size and all applicable socio-economic statuses (e.g., Small Business, WOSB, SDVOSB, HUBZone, etc.).

    2. Technical Capability:

      • A narrative describing your company’s ability to meet the full scope of the requirement.

      • Provide evidence of possessing trained/certified technicians for Yamaha and Honda outboard engines and Westerbeke generators.

      • Describe your maintenance facility, including its security measures for storing government assets and its capability for pickup and delivery of boats via water.

      • Confirm your company's ability to meet all security requirements, including providing U.S. citizen personnel for any on-base work at PNSY.

    Key dates

    1. March 11, 2026Posted Date
    2. March 27, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    PNSY MAINTENANCE AND REPAIR OF FACILITY RESPONSE TEAM (FRT) VESSELS AND TRAILERS is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.