Ship Management Services for the Five National Security Multi-mission Vessels (NSMV)
ID: SS25NSMVType: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFMARITIME ADMINISTRATION6933A2 DOT MARITIME ADMINISTRATIONNORFOLK, VA, 23505, USA

NAICS

Deep Sea Freight Transportation (483111)

PSC

OPERATION OF OTHER NON-BUILDING FACILITIES (M1PZ)
Timeline
  1. 1
    Posted Jan 22, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 22, 2025, 12:00 AM UTC
  3. 3
    Due Feb 5, 2025, 7:30 PM UTC
Description

The Department of Transportation's Maritime Administration (MARAD) is seeking vendors for Ship Management Services for five National Security Multi-mission Vessels (NSMVs), with a focus on maintaining operational readiness and compliance. The selected contractor will be responsible for a range of tasks including vessel maintenance, logistics management, regulatory compliance, and staffing for non-training missions, all of which are critical for supporting State Maritime Academies and responding to emergencies. Interested parties must demonstrate qualifications such as U.S. citizenship, vessel ownership experience, and a $1 million line of credit, with submissions due by February 5, 2025. For further inquiries, contact Robert McDermott at robert.mcdermott@dot.gov or call 757-322-5824.

Point(s) of Contact
Files
Title
Posted
Jan 22, 2025, 11:09 PM UTC
The U.S. Department of Transportation's Maritime Administration (MARAD) has issued a Sources Sought Notice to identify vendors for Vessel Custodial Services (VCS), effective from September 2025. The selected contractor will manage maintenance, repairs, logistics, regulatory compliance, and operational functions for five National Security Multi-mission Vessels (NSMVs) that support State Maritime Academies and respond to emergencies. Major tasks include vessel maintenance, executing a Planned Maintenance Program, managing logistics and supply chains, ensuring regulatory compliance, and providing staff for non-training missions, as well as managing fuel and human resources. Contractors must meet specific criteria, including U.S. citizenship, vessel ownership experience, and a $1 million line of credit. Interested parties must submit their qualifications by February 5, 2025. The results will inform whether the procurement will be set aside for small businesses or open to all, impacting the method of contractor selection. This market research aligns with the federal RFP process, aiming for effective service delivery while ensuring compliance and operational readiness.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Layberthing for up to three (3) CAPE S class RRF vessels, CAPE SABLE, CAPE SAN JUAN, CAPE STARR on the U.S. East, Gulf, or West Coast. (Amended)
Buyer not available
The Department of Transportation's Maritime Administration (MARAD) is seeking bids for layberthing services for up to three CAPE S class Ready Reserve Force (RRF) vessels—CAPE SABLE, CAPE SAN JUAN, and CAPE STARR—on the U.S. East, Gulf, or West Coast. The procurement aims to secure a long-term, exclusive use layberth that includes essential services such as berthage, security, electrical, water, and sewage services, with a primary contract period of one base year and four option years, alongside an alternative bid for a longer duration. This initiative is critical for maintaining the operational readiness of the U.S. maritime fleet, ensuring safety and compliance with federal regulations. Bids must be submitted by 1330 on April 4, 2025, and interested parties can contact Henry H. Puppe at henry.puppe@dot.gov or by phone at 202-493-8977 for further details.
USNS William McLean MTA 2025
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for maintenance and technical assistance (MTA) for the USNS William McLean (T-AKE 12) for fiscal year 2025. The procurement focuses on shipbuilding and repairing services, requiring contractors to demonstrate their capabilities in dry dock services, safety protocols, and compliance with military operational standards. This opportunity is critical for ensuring the operational readiness and safety of military vessels, with performance expected to take place in Virginia, United States. Interested contractors should direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil, with proposals due by the specified deadlines.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to identify potential contractors for the drydocking of four Maritime Security Cutters, Large (WMSL) from fiscal year 2026 to 2030. The procurement aims to assess the interest and capability of businesses to perform extensive maintenance tasks, including hull inspections and repairs of critical systems, which require coordination with original equipment manufacturers (OEMs). The performance period for this contract is set from January 27, 2026, to September 30, 2030, involving four planned drydocks and one emergent drydock, with interested parties required to submit a capability statement by April 27, 2025. For further inquiries, potential respondents can contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or by phone at 206-820-3678.
Pre-solicitation Synopsis for Marine Insurance Brokerage and Fleet Protection and Indemnity Insurance Services for US Maritime Training Ships
Buyer not available
The Department of Transportation, specifically the Maritime Administration (MARAD), is seeking a licensed marine insurance broker to provide fleet protection and indemnity insurance services for U.S. Government training ships. The contract will cover a minimum of $1 billion in insurance for seven training vessels, including the T/S EMPIRE STATE and T/S PATRIOT STATE, which are utilized for training midshipmen to become officers in the merchant marine. The procurement process will involve a Firm Fixed Price contract with a base year and four option years, with the solicitation expected to be issued as an Invitation for Bids (IFB) in mid to late 2025. Interested parties must be registered in the System for Award Management (SAM) and are encouraged to monitor the SAM website for updates. For further inquiries, contact Henry H. Puppe at henry.puppe@dot.gov or Denise Clarke at denise.clarke@dot.gov.
USWC JONES ACT TANKER
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for the extended-term charter of a U.S. flag Jones Act compliant tanker capable of transporting a minimum of 280,000 barrels of clean product, including military fuels such as F76, JP5, JP8, or JA1. The contract encompasses a base period of one year with options for three additional one-year extensions and an 11-month option, emphasizing compliance with safety and environmental regulations, as well as adherence to U.S. Coast Guard standards. This procurement is critical for ensuring effective maritime logistics support for defense operations, reflecting the government's commitment to maintaining operational readiness. Interested parties must submit their proposals by March 31, 2025, and can direct inquiries to Jordan Schwaner at jordan.t.schwaner.civ@us.navy.mil or F. Carley Orvin at franklin.c.orvin.civ@us.navy.mil.
Broad Agency Announcement for Qualified Vessel Operators to act as General Agent for Vessels Owned, Controlled or Time-Chartered by the Maritime Administration
Buyer not available
Special Notice: Transportation, Department of, Maritime Administration is seeking feedback on a draft application and agreement terms and conditions for becoming a General Agent. This opportunity is open to interested parties eligible to be awarded a General Agency Agreement as an agent of the United States of America. The purpose of this notice is to gather comments and feedback on the draft application and agreement terms and conditions. The General Agent will act on behalf of the Director, National Shipping Authority (NSA) of the Maritime Administration (MARAD), Department of Transportation. The draft application specifies that agent appointments will be restricted to U.S. citizens who are operators of vessels meeting specific criteria. Dry cargo vessels must have a length along the waterline (LWL) of 450 feet or greater and a cargo capacity of 7500 Dead Weight Tons (DWT) or greater. Tankers must have a cargo capacity of 25,000 DWT or greater. Interested vendors are invited to provide feedback/comments on the draft application and agreement terms and conditions by February 28, 2020, at 10:00 AM Eastern. The feedback/comments should be submitted via email to the Contracting Officer, Tina Gillespie-Lucas, at tina.gillespielucas@dot.gov. Please note that this draft is not a solicitation for government services and no awards will be made based on this draft. Interested vendors are advised to thoroughly read the draft and submit their comments by the designated date and time. Responses to feedback/comments are expected to be posted on beta.SAM.gov after the closure of this draft announcement.
James River Reserve Fleet (JRRF) , FB218 Drydock and Repair
Buyer not available
The Department of Transportation, specifically the Maritime Administration (MARAD), is seeking quotes from small businesses for the drydocking and repair of the FB218 Storage Barge under solicitation number 6933A225Q000008. The procurement involves a firm-fixed price purchase order for various maintenance services, including structural repairs, hull cleaning, and painting, with a performance period set from June 5, 2025, to September 2, 2025. This opportunity is critical for maintaining the operational readiness and safety of federal maritime assets, emphasizing compliance with federal regulations and industry standards. Interested contractors must submit their proposals by April 22, 2025, and can direct inquiries to William A. Wile at william.wile@dot.gov or by phone at 757-322-5806.
USNS MERCY (T-AH 19) FY26 ROH/DD
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking information from qualified firms for the Regular Overhaul Dry-Docking (ROH/DD) of the USNS MERCY (T-AH 19), scheduled from approximately February 1 to June 30, 2026, at a contractor facility on the West Coast. Interested parties are invited to submit a capabilities package detailing their experience and capacity to perform similar ship repair work, including company profiles, facility information, and business size classification under NAICS Code 336611. This procurement is crucial for maintaining the operational readiness of the naval fleet, with specific maintenance tasks outlined in the associated Work Item Index, including electrical system upgrades, hull repairs, and safety inspections. Interested firms should submit their responses via email to the primary contact, Benjamin Brackett, at benjamin.b.brackett.civ@us.navy.mil, by the specified deadline, as this notice serves as a request for information only and does not guarantee contract awards.
MSC PROFORMAS 12-24 REVISION 1
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is issuing a Special Notice for the revision of MSC Proformas 12-24, which includes updates to incorporate Class Deviations 2025-O0003 and 2025-O0004. This procurement aims to solicit offers for various maritime services, including time-chartered U.S. flag tugs and other vessel charters, to support military logistics and operational readiness. The contracts will require compliance with stringent operational, safety, and regulatory standards, ensuring that contractors provide the necessary capabilities for harbor support, cargo transportation, and emergency assistance. Interested parties can contact Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil or call 564-230-3660 for further details.
Military Sealift Command Unlicensed Mariner to Licensed Mariner (AB to Mate) Training Program
Buyer not available
The Department of Defense, through the Military Sealift Command, is soliciting proposals for a training program aimed at transitioning Unlicensed Mariners to Licensed Mariners (AB to Mate) in Norfolk, Virginia. The program's objective is to provide comprehensive training that includes USCG-approved courses, full-mission bridge simulations, and support for licensing examinations, while ensuring safe and comfortable facilities for participants. This initiative is critical for enhancing the technical proficiency and operational safety of civil service mariners, aligning with regulatory compliance and maritime safety standards. Interested contractors should refer to the solicitation documents for detailed requirements and submit their proposals, including pricing information, by the specified deadlines. For inquiries, contact Jordan Castellat at jordan.r.castellat.civ@us.navy.mil or Jim Ellis at james.p.ellis54.civ@us.navy.mil.