Opportunity
SAM #6991PE26Q000005
PF-613 MERLIN Vessel Hauling, Coating, and Maintenance Solicitation
Buyer
6991PE DOT MARITIME ADMIN
Posted
April 14, 2026
Respond By
May 01, 2026
Identifier
6991PE26Q000005
NAICS
336611
The U.S. Department of Transportation Maritime Administration (MARAD) is seeking contractor services for hauling, coating, and maintenance of the PF-613 MERLIN vessel at the Suisun Bay Reserve Fleet in Benicia, California. - Government Buyer: - U.S. Department of Transportation (DOT), Maritime Administration (MARAD), Division of Pacific Operations, Oakland, CA - OEMs and Vendors: - International Paint (manufacturer of Intershield 300V, Interspeed 6400NA, Interthane 990HS coatings) - US Paint (manufacturer of Etching Primer G-9072) - Duramax (manufacturer of shaft seal kits) - Products and Services Requested: - Hauling out and launching of PF-613 MERLIN vessel - Hull and topside cleaning, inspection, and surface preparation (including sanding, power tool cleaning, solvent wiping) - Application of marine coatings: - US Paint Etching Primer G-9072 or equal (spot coat bare metal) - International Intershield 300V or equal (spot coat bare metal) - International Interspeed 6400NA antifouling or equal (two coats, Red and Black) - Interthane 990HS or equal, Caribbean Blue (one full coat on freeboard) - Renewal of anodes: - 4 aluminum anodes (transom) - 6 clamp-on anodes (propeller shafts) - Shaft seal kit replacement: - 2 Duramax shaft seal kits (Port and Stbd) - Miscellaneous repairs and inspections as detailed in the Statement of Work - Supplemental labor (up to 100 hours) and materials/subcontractor services (up to $20,000) - Unique or Notable Requirements: - All coatings must be applied under manufacturer supervision and match original colors - Compliance with regulatory bodies and environmental standards - Award based on Lowest Price Technically Acceptable (LPTA) - Small business set-aside under NAICS 336611 (Ship Building and Repairing) - SAM registration and electronic invoicing via DELPHI required - Supplemental labor and materials must be documented, with no markup for pass-through costs - Place of Performance: - Suisun Bay Reserve Fleet (SBRF), Benicia, California - Vessel may be serviced in the San Francisco Bay area, including Sacramento and Stockton up-river areas
Description
1. This is a combined synopsis/solicitation for commercial products and/or commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12 Acquisition of Commercial Products and Commercial Services. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
2. Solicitation number 6991PE26Q000005 is issued as a Request For Quotation (RFQ) for PF-613 MERLIN Hauling and Coating.
3. This procurement is a total small business set-aside under North American Industry Classification System (NAICS) code 336611, Ship Building and Repairing, with a small business size standard of 1,300 employees. The Product Service Code (PSC) is 1940. To be considered eligible to participate in this procurement, contractors must be certified as a small business under NAICS code 336611.
4. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at https://www.acquisition.gov/far-overhaul/far-part-deviation-guide and https://www.acquisition.gov/tar.
5. The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. Each Offeror may use.
6. Description of Requirements
The U.S. Department of Transportation (DOT), Maritime Administration (MARAD), Suisun Bay Reserve Fleet (SBRF), located in Benicia, California, has a requirement to haul out the vessel, prepare hull surfaces for recoating by sanding, recoat hull, renew all anodes, and perform other miscellaneous repairs as identified in the attached Statement of Work (SOW).
The period of performance is 60 days after award.
7. Required Responses
Questions or comments regarding this solicitation shall be submitted to the Contracting Officer via email at jon.meagher@dot.gov by April 24th, 2026 at 1:00 PM (PT), to allow the Government sufficient time to respond. Any questions received after this date are not guaranteed to be addressed.
Quotations shall be submitted electronically via email to the Contracting Officer at jon.meagher@dot.gov by May 1st, 2026 at 1:00 PM (PT). Late quotations may not be considered.
Please reference the solicitation number in the subject line.
8. Solicitation Provisions
8.1 Solicitation Provisions Incorporated By Reference
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at https://www.acquisition.gov/far-overhaul/far-part-deviation-guide
(End of provision)
FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements Representation (JAN 2017)
FAR 52.204-7 System for Award Management – Registration (DEVIATION AUG 2025)
FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (DEVIATION AUG 2025)
FAR 52.217-5 Evaluation of Options (DEVIATION SEP 2025)
FAR 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products (FEB 2021)
FAR 52.240-90 Security Prohibitions and Exclusions Representations and Certifications (DEVIATION AUG 2025)
FAR 52.252-5 Authorized Deviations and Provisions (NOV 2020)
The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in DOT solicitations. Examples include: 52.222-25, Affirmative Action Compliance. 52.212-3(d), Offeror Representations and Certifications – Commercial Products and Commercial Services. 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals – Representation. 52.212-3(t), Offeror Representations and Certifications – Commercial Products and Commercial Services. Contracting officers will not need to consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
9. Contract Clauses
9.1 Contract Clauses Incorporated By Reference
FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far-overhaul/far-part-deviation-guide and https://www.acquisition.gov/tar
… (additional clauses continue in similar format) …
9.3 MARAD Clauses
MCL.E-1 Delegation of Inspection and Acceptance (AUG 2005)
The Contracting Officer's Technical Representative shall be delegated the responsibility and authority to conduct inspection and acceptance duties for this contract.
10. SUBMITTAL INSTRUCTIONS
In addition to the referenced provision at FAR 52.212-1, Instructions to Offeror – Commercial Items, quoters shall follow the instructions below.
10.1 General Instructions
Format. Non-price quotations shall be formatted for viewing/printing using 8.5 by 11 inch paper size, 1 inch margins, using at least a Times New Roman 11 point font.
System for Award Management (SAM) Registration. SAM REGISTRATION IS REQUIRED. Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.sam.gov. Lack of registration in SAM may make a quoter ineligible for award. Information on how to register and the time required is detailed in FAR 52.204-7.
10.2 Quotation Instructions
At a minimum, include the following:
Experience/Past Performance. Provide a listing of up to three (3) relevant projects completed within the past three (3) years. Relevant is defined as a project of similar or greater size, scope, and complexity to the requirements of the SOW. Each project shall not exceed one (1) page and include the following information as applicable: Project name Name and address of client organization Contract number and order number Contract type Total contract value Period of performance Description of work performed Points of contact including name, telephone number and email address
… (additional instructions continue in similar format) …
11. Basis of Award and Evaluation Criteria
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. The Government plans to award a single purchase order to a sole responsible quoter with the lowest total evaluated price meeting or exceeding technical acceptability standards, having an acceptable or neutral past performance.
The Government plans to evaluate quotations and make award without conducting discussions. Quoters may be given the opportunity to clarify certain aspects of their quotation or resolve minor or clerical errors. The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.
10.1 Evaluation Factors
The following factors shall be used to evaluate quotations:
Technical Acceptability - Technical information, to include the quoter’s technical capability to perform the requested services, will be evaluated to determine if the quoter understands the requirement and has the expertise required to successfully complete the work as described. Past Performance - Past performance information will be evaluated to determine the quoter’s ability to perform the contract successfully and degree of performance risk associated with a quoter. MARAD will use its discretion to determine the sources of past performance information, and the information may be obtained from references provided, MARAD’s knowledge of contractor performance, other government agencies or commercial entities, or past performance databases. Price - Total evaluated price will be the sum of quotations for all contract line items, including optional items.
10.2 Difference Between Experience and Past Performance
Experience is the “type of work” the quoter has performed whereas past performance examines “how well” the quoter has performed as indicative as to how well the quoter will perform on this procurement. For the purpose of evaluating experience/past performance, relevant is defined as a project of similar or greater size, scope, and complexity to the requirements of the SOW. A quoter with no relevant past performance for work completed within the past three (3) years will be evaluated with neither a favorable nor unfavorable rating. However, a quoter without a history of relevant experience for work completed within the past three (3) years will receive an “Unacceptable” rating for the Technical Acceptability factor.
10.2 Adjectival Rating Definitions
The following ratings definitions will be utilized in the evaluation of the non-price evaluation factors:
Technical Acceptability
RatingDefinition Acceptable (A)All of the minimum acceptable criteria are clearly met by the quotation. The quotation meets the performance and technical capability requirements defined in the SOW and solicitation. Unacceptable (U)Not all of the minimum acceptable criteria are met by the quotation. An unacceptable quotation contains one or more deficiencies. Quotation fails to meet specified minimum performance and technical capability requirements defined in the SOW and solicitation.
Past Performance
RatingDefinition Acceptable (A)Quoter’s relevant past performance record provides essentially no doubt that the quoter will successfully perform the required effort. The quoter has received satisfactory or better reviews regarding past performance. The quoter demonstrates from past performance examples an ability to provide services that were of satisfactory or better quality on a timely basis with little to no risk of unacceptable performance. Unacceptable (U)Quoter’s relevant past performance record provides essentially substantial doubt that the quoter will successfully perform the required effort. The quoter has received unsatisfactory reviews regarding past performance. The quoter demonstrates from past performance examples an inability to provide services that were of satisfactory quality on a timely basis with high risk of unacceptable performance. Neutral (N)A quoter without a record of relevant past performance or for whom information on past performance is not available; the quoter may not be evaluated favorably or unfavorably. In this case, the Government will provide a “Neutral” rating.
The government may, if requested within 3 days after the notification of contract award (i.e., posting to sam.gov), provide a brief explanation of the award decision to unsuccessful quoters. The brief explanation may include the following information: The number of quotations received; The name of each quoter receiving an award; The total order price; and In general terms, the reason the quoter’s quotation was not selected, unless the price information shared readily reveals the reason.
Evaluation Method: Only the lowest priced offer will be evaluated for Technical Acceptability. Should the lowest priced offer not receive an acceptable technical and neutral or acceptable past performance rating, the process will continue in order of lowest priced offer until the lowest priced, technically acceptable offer is identified.
ATTACHMENTS: Statement of Work E-Invoicing Instructions