Opportunity

SAM #N4523A26R1001

Navy Seeks Maintenance and Repair Services for Caisson 4-5 Spare at Puget Sound Naval Shipyard

Buyer

Puget Sound Naval Shipyard

Posted

May 06, 2026

Respond By

May 15, 2026

Identifier

N4523A26R1001

NAICS

336611, 488390, 811219

The U.S. Navy's Puget Sound Naval Shipyard is seeking industry partners for comprehensive maintenance, repair, and preservation of the Caisson 4-5 Spare asset. - Government Buyer: - Department of the Navy, Naval Sea Systems Command (NAVSEA), Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) - OEMs and Vendors Mentioned: - Mueller Co. Reliable Connections (valves) - DeZurik (check valves) - American R/D (part of Kennedy Valves) (gate valves) - Sulzer (pumps) - Westinghouse (motors) - Flowserve Limitorque (valve actuators) - McMaster Carr (lighting fixtures, alarm lights, bells) - The Lighting Source (emergency lighting) - Products/Services Requested: - Maintenance, repair, and preservation of Caisson 4-5 Spare, including: - Cleaning, structural metal repairs, seal replacement - Ultrasonic and visual inspections - Tank cleaning and pumping - Deck hatch maintenance - Installation of new mimic board and alarm system testing - Ventilation cleaning - Replacement of valves, pumps, actuators, bearings, and fendering - Hull and deck preservation, zinc anode replacement, operational testing - Key product line items: - 66 hull zinc anodes (Type ZHC-42) - 154 tank zinc anodes (Type ZHS) - Multiple valves (Mueller Co. A-2361-6, American R/D 36" gate valves) - 2 Sulzer SJM vertical mixed flow pumps - 2 Westinghouse Frame 607Y motors - Flowserve Limitorque MX-40 and MX-20 actuators - 20 McMaster Carr lighting fixtures, 5 The Lighting Source emergency fixtures - Alarm beacon lights and bells (McMaster Carr) - Unique/Notable Requirements: - Contractor facility must be located in the Puget Sound, WA region (Olympia to Bellingham) to enable government oversight - Extensive inspections, testing, and documentation required - Docking/undocking, operational trials, and milestone-based performance - All work to be performed on a large steel caisson asset supporting Navy operations

Description

The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interest in performing the maintenance, repair, and preservation of Caisson 4-5 Spare. Work will be accomplished at the Contractor's facility. The Government is seeking responses from sources that can perform the following work.

Geographical Area of consideration: 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. 

Caisson 4-5 Spare

Length: 147 FT – 5 IN Width: 27 FT Height: 53 FT – 11 IN Draft: 25 FT – 11 IN Hull Type: Steel Full Displacement: 1,565 L Tons Light Load: 884 L Tons

Scope Overview:

Coordinate with the Contracting Officer, via the Contract Officer’s Representative (COR) to deliver the Asset to the Contractor’s facility.  Upon docking Asset, wash and clean Asset: Perform various base metal and structural repairs, Replace the port rubber seal and perform required inspections and maintenance of starboard seal. Conduct ultrasonic and visual inspections of the hull, weather deck, tanks, piping and operations deck. Clean and pump tanks. Maintain/replace deck hatches. Install new mimic board. Test alarm systems. Clean ventilation. Replace all valves. Replace dewatering pumps. Replace grease lines and steady bearings. Replace actuator stands. Replace actuators. Replace valve-stem extension shafts. Remove, clean and reinstall rubber fendering. Preserve hull, weather deck, weather deck handrails, tanks, piping and operations deck. Replace zinc anodes. Conduct operational testing. Undock the Asset.  Arrange and coordinate the delivery of the Asset back to the Government with the Contracting Officer via the COR.

Caisson 4-5 Spare Period of Performance:

Estimated March 2027 through September 2027

What/Where to Submit:

Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact. Please hand or digitally sign your letter of interest and e-mail it to the Government contacts listed below, with " Maintenance, Repair, and Preservation of Caisson 4-5 Prime Sources Sought Response" in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in the description shown above, and answers to the following specific questions. Please limit your response to no more than 5 pages.

1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,300 or less employees)?

2. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance.

3. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)?

4. Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the Maintenance, Repair, and Preservation of Caisson 4-5 Spare package?

When to Submit:

Responses are requested no later than 12:00PM PT, on 15 May 2026.

Notice Regarding Sources Sought:

This sources sought is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This sources sought does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not seeking proposals at this time, nor accepting unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this source sought; all costs associated with responding to this source sought will be solely at the interested party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM website (sam.gov). It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

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 sources sought announcement is released in accordance with FAR 15.

Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract.

View original listing