Multi-Mission AUTEC Range Vessel (MARV)
ID: N00024-25-R-2206Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Boat Building (336612)

PSC

SPECIAL SERVICE VESSELS (1925)
Timeline
    Description

    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking information regarding the acquisition and conversion of an Offshore Supply Vessel (OSV) for the Multi-Mission AUTEC Range Vessel (MARV) to support the U.S. Navy's Atlantic Undersea Test and Evaluation Center (AUTEC). The procurement aims to gather insights on various acquisition strategies, including the purchase of a vessel as-is or with necessary modifications to meet Navy requirements, focusing on capabilities such as dimensions, operational readiness, and compliance with regulatory guidelines. This vessel will play a crucial role in anti-submarine warfare training and the deployment and retrieval of unmanned vehicles. Interested parties are encouraged to submit relevant vessel data and company experience, with the expectation of a Request for Proposal (RFP) issuance in Fiscal Year 2026 and contract awards in Fiscal Year 2027. For further inquiries, respondents may contact Brian Stocker at brian.j.stocker.civ@us.navy.mil or Kate Wisniewski at kate.l.wisniewski.civ@us.navy.mil.

    Files
    Title
    Posted
    The Naval Sea Systems Command (NAVSEA) is issuing a Request for Information (RFI) to explore the acquisition and conversion of an Offshore Supply Vessel (OSV) for the U.S. Navy's Atlantic Undersea Test and Evaluation Center (AUTEC) Range Support Vessel, referred to as the Multi-Mission AUTEC Range Vessel (MARV). The Navy seeks input on various acquisition strategies, including purchasing a vessel as-is or with activation and conversion for Navy requirements. Key capabilities for the vessel include dimensions, operational readiness, and proper classifications per regulatory guidelines. It must support anti-submarine warfare training and deployment/retrieval of unmanned vehicles. The RFI aims to gather industry insights on technical, cost, and schedule risks related to modifying existing OSVs. The expected timeline for the project indicates an RFP issuance in Fiscal Year 2026 and contract awards in Fiscal Year 2027. Respondents are encouraged to provide relevant vessel data, company experience, and insights on the proposed acquisition strategies. Notably, this RFI is for information and planning purposes; it does not obligate the government to issue a formal contract.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    180-DAY SPECIALTIME CHARTER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is conducting market research for a 180-day special time charter of a Jones Act certified surface support vessel, beginning on May 1, 2025. The vessel must accommodate 25 personnel, achieve a minimum speed of 10 knots, and sustain operations for 30 days without re-supply, while also being capable of launching and recovering various small craft and providing mission-specific logistics support. This procurement is part of the government's initiative to enhance maritime operational readiness in regions such as Hawaii and Guam. Interested parties should submit their responses, including vessel availability and pricing, by February 18, 2025, and can contact Matthew Price at matthew.r.price40.civ@us.navy.mil or Danny Davis at danny.w.davis1.civ@us.navy.mil for further information.
    Multi Mission Surface Combatant (MMSC) - Professional Mariner (PM) Crew
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking proposals for the operation and maintenance of four Multi Mission Surface Combatants (MMSC) during a 14-month Post Delivery period. The procurement aims to secure a Professional Mariner (PM) Crew, which will be responsible for the safe navigation, equipment maintenance, and overall upkeep of the vessels, both in-port and at-sea, while also providing necessary shore services. This initiative is critical for ensuring the operational readiness and effective management of the MMSC, which are integral to U.S. naval capabilities and international military cooperation, particularly with the Kingdom of Saudi Arabia. Interested parties should submit requests for additional information by November 15, 2024, and provide feedback on the draft Statement of Work by November 22, 2024. An Industry Day is scheduled for December 11-12, 2024, with registration details available through the primary contacts, Daniel Fisher and Zachary Arriaga, at their respective email addresses.
    60' Dive Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking information from potential vendors regarding the procurement of a 60-foot Dive Boat intended for Navy Dive Lockers and Regional Maintenance Centers. The RFI outlines specific requirements for the boat, including a 60 ft aluminum monohull construction, a minimum payload capacity of 5,990 lbs, and essential features such as twin diesel engines, a complex electrical system, and dive support equipment. This initiative is part of the Navy's operational needs to enhance marine transport and logistical recovery capabilities, with a potential contract award planned for FY25. Interested parties are encouraged to submit their capabilities, production details, and cost estimates by October 31, 2024, and can contact Colin Dwyer or Julian Garibay for further information.
    USNS ARCTIC BOOKCELLS
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of specialized cargo and tanker vessels under the solicitation N3220525Q2198. This opportunity involves a firm-fixed price purchase order with a required delivery date of May 19, 2025, at a location in Norfolk, Virginia. The vessels are critical for maritime operations, and the procurement process emphasizes technical capability and pricing competitiveness, ensuring compliance with federal regulations. Interested vendors must submit their quotes by 10:00 AM on February 25, 2025, and can direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    USNS WASHINGTON CHAMBERS
    Buyer not available
    The Department of Defense, through the Military Sealift Command in Norfolk, is issuing a sources sought notice for the USNS WASHINGTON CHAMBERS (T AKE 11), requiring a Regular Overhaul Dry Docking Availability scheduled from December 8, 2025, to March 9, 2026, at a West Coast contractor facility. Interested firms are invited to submit a capabilities package that demonstrates their experience and qualifications under NAICS Code 336611 for Ship Building and Repair, which has a size standard of 1,300 employees; inquiries regarding partnerships or joint ventures are also encouraged. This procurement is crucial for maintaining the operational readiness of the vessel, with potential tasks including cargo repairs, maintenance, and installation services, although the detailed work scope is still being finalized. Responses are due by February 26, 2025, at 11:00 a.m. EST, and interested parties can reach out to Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil for further information.
    DIEGO GARCIA SHUTTLE VESSEL LONG TERM CHARTER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information on the availability and pricing of a U.S. flagged, self-sustaining vessel for a long-term charter to support military operations on Diego Garcia from July 15, 2025, to July 14, 2026, with options for extensions. The vessel must meet specific requirements, including a minimum speed of 15 knots, an operating range of 8,000 nautical miles, and the capacity to transport at least 230 twenty-foot equivalent units (TEU) of various cargo types, including hazardous materials. This procurement is crucial for ensuring the effective transportation of military supplies and equipment, with the charter operating under a firm fixed price structure, excluding fuel and port expenses which will be reimbursed by the government. Interested parties are required to submit detailed information regarding their vessels and capabilities by February 20, 2025, and can contact Jason Dassow or Stephanie Ricker for further inquiries.
    DRY CARGO OPEN-OCEAN TOW
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is conducting market research for a U.S. flagged, ocean-going tug required for a specific tow mission involving the berthing barge YRBM-58. The tug must be built after 1970 and meet specific dimensions and capabilities, including a bollard pull sufficient to maintain a tow speed of six knots, while ensuring compliance with safety regulations. This procurement is crucial for maintaining operational readiness in strategic military efforts, with a preparation period scheduled from June 16 to 22, 2025, and a departure deadline of June 23, 2025, from Naval Base San Diego, CA, to Naval Base Guam. Interested parties must submit specifications, pricing, itinerary details, and business size classifications by February 13, 2025, and can contact David C. Anaya at david.c.anaya.civ@us.navy.mil or Danny Davis at danny.w.davis1.civ@us.navy.mil for further information.
    MSC PROFORMAS DECEMBER 2024 (12-24)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for various maritime services, including tugboat, dry cargo, tanker, and passenger charters, effective December 2024. The procurement aims to secure reliable and compliant transportation and logistical support for military operations, emphasizing adherence to federal regulations, safety protocols, and operational readiness. These services are critical for maintaining the efficiency of defense logistics and ensuring the timely movement of military cargo and personnel. Interested contractors can contact Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details and must adhere to the submission guidelines outlined in the associated RFP documents.
    Military Sealift Command Waterborne Hull Cleaning and Associated Work Sources Sought
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified small businesses to provide waterborne hull cleaning and associated underwater ship husbandry services for its Government Owned, Government Operated vessels. The procurement aims to assess the capabilities of potential offerors in fulfilling requirements for hull cleaning, inspection, and related tasks across various geographical zones, including the Atlantic, Pacific, and European waters. This initiative underscores the importance of maintaining operational standards for naval maintenance while promoting small business participation in government contracts. Interested parties should respond to the market survey by March 3, 2025, and can direct inquiries to Shelby Probert at shelby.m.probert.civ@us.navy.mil or Timothy Lewis at timothy.lewis60.civ@us.navy.mil.
    USNS ROBERT E. PEARY FY25 MTA
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting bids for the mid-term availability of the USNS Robert E. Peary (T-AKE 5), scheduled from July 5, 2025, to August 27, 2025, at locations along the East and Gulf coasts of the United States. This procurement is specifically set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 336611, which pertains to Ship Building and Repairing. The services required are critical for maintaining the operational readiness of the vessel, ensuring it meets the Navy's standards for performance and safety. Interested parties should direct inquiries to Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or 757-341-6232, or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or 564-226-4879 for further details.