Multi Mission Surface Combatant (MMSC) - Professional Mariner (PM) Crew
ID: N00024-25-R-2310_PSNType: Presolicitation
Overview

Buyer

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

NAICS

Deep Sea Freight Transportation (483111)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MARINE CHARTER (V124)
Timeline
  1. 1
    Posted Oct 10, 2024, 12:00 AM UTC
  2. 2
    Updated Feb 18, 2025, 12:00 AM UTC
  3. 3
    Due Nov 22, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking contractors for the provision of a Professional Mariner Crew for the Multi Mission Surface Combatant (MMSC) program. The procurement aims to ensure effective ship operations and maintenance, focusing on crew training, operational readiness, and compliance with U.S. Navy protocols. This opportunity is critical for enhancing naval capabilities and operational efficiency, particularly in the context of Foreign Military Sales agreements, such as the one with the Kingdom of Saudi Arabia for MMSC vessels. Interested parties can reach out to Daniel Fisher at daniel.a.fisher46.civ@us.navy.mil for further details, with a presolicitation notice currently available and a deadline for Industry Day participation set for December 4, 2024.

Point(s) of Contact
Files
Title
Posted
Feb 18, 2025, 3:08 PM UTC
The document outlines the pre-delivery and post-delivery schedule and milestones for a Maritime Support Capability (MMSC) vessel, detailing crew movements and essential operational phases. Comprising a series of figures, it highlights the necessary ship specifications, organization, and projected timeline for post-delivery activities. The critical timeline spans fourteen weeks, commencing with preparations for a Post Delivery Support Activity (PSA). Key milestones include crew relocations, various system light-offs, fuel loading, and conducting sea trials. The schedule specifies durations for each task, emphasizing the systematic approach to ensuring the vessel is operationally ready. This document is vital for coordinating government RFPs and grants related to naval operations and maintenance, signifying a commitment to comprehensive project management and operational readiness in maritime assignments.
Feb 18, 2025, 3:08 PM UTC
The document details a Foreign Military Sales agreement between the United States Navy and the Kingdom of Saudi Arabia for the acquisition of four Multi-Mission Surface Combatants (MMSC). Lockheed Martin serves as the prime contractor, with construction taking place in Marinette, Wisconsin. The MMSC, a variant of the U.S. Navy’s Littoral Combat Ships, features advanced weaponry and capabilities, emphasizing crew training and integration of Saudi personnel into operations. A comprehensive post-delivery schedule outlines key phases, including Post Delivery Availability, Post Shakedown Availability, and various testing and maintenance periods. Each phase involves targeted activities aimed at achieving operational readiness, while ensuring material safety and compliance with regulatory requirements. The document assigns specific roles to key personnel and outlines the operational tempo for sustained naval operations. The primary purpose of this proposal emphasizes ensuring the MMSC's effective transition from construction to active deployment through meticulous operational oversight, training, and maintenance, thereby demonstrating the U.S.’s commitment to enhancing Saudi naval capabilities. The structured approach signifies the importance of stakeholder coordination in managing complex naval operations while maintaining high safety and operational standards.
Feb 18, 2025, 3:08 PM UTC
The document presents an Attendee Participation Response Form for the MMSC Industry Day Session, aimed at gathering information from potential attendees. It requests details such as the company name, website URL, contact person, their phone number, and email address for communication and coordination purposes. A crucial aspect of the form is the inquiry about the citizenship status of attendees, specifically asking if they are U.S. citizens. Non-U.S. citizens must provide their nationality and email address for additional verification to meet Navy protocols, with a deadline set for December 4, 2024, for submission. The emphasis on compliance reflects the importance of security and regulatory adherence in government-related events, especially when engaging with different nationalities. The structure is straightforward, focusing on essential attendee information, citizenship verification, and specific protocol requirements.
Feb 18, 2025, 3:08 PM UTC
The Industry Day held on December 11-12, 2024, focused on the procurement of the MMSC Professional Mariner Crew and addressed industry feedback on the Draft Statement of Work (SOW). Participants stressed the importance of attracting and retaining a quality crew, prioritizing stable schedules and competitive wages. Recommendations included establishing a baseline crew complement for pricing evaluations and providing off-ship housing during periods when vessels are uninhabitable. The need for robust procurement of food services and efficient subcontracting for support functions like cleaning and maintenance was emphasized. To reduce crew turnover, attendees recommended clear communication regarding schedules, fair wage structures, and the provision of amenities such as reliable internet services. The Medical Person In Charge (MPIC) role is defined as an intermediary with onshore medical teams, and industry experts called for a Safety Management System (SMS) requirement in the solicitation process. They also suggested a detailed berthing plan to accommodate mixed-gender crews. Finally, industry representatives discussed insurance considerations, contractor tool provision for maintenance, and security clearance requirements, noting that only key personnel would necessitate such clearances. Overall, the feedback aimed to enhance operational efficiency and crew welfare in the upcoming procurement process.
The document outlines various considerations and requirements for a contractor involved in ship operations and maintenance under the auspices of the U.S. Navy. It highlights specific tasks and potential concerns regarding shipboard operations, crew training, medical personnel standards, insurance liabilities, and the management of shore support. Key topics include the clarity of shipboard instructions, procurement logistics for food supply, crew turnover reduction strategies, compliance with planned maintenance, and training requirements for specialized roles. Additionally, it addresses the transition between Full Operating Status and Reduced Operating Status, alongside compensation structures related to ordnance pay. The aim is to ensure effective management and safety standards while maintaining personnel proficiency during operations. The document effectively facilitates a comprehensive understanding of contractor responsibilities and expectations concerning operational readiness, crew management, and compliance with U.S. Navy protocols.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
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.
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 (MSC), is soliciting proposals for a training program aimed at transitioning Unlicensed Mariners to Licensed Mariners (AB to Mate) at its Norfolk, Virginia facility. 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 that the contractor meets specific performance and safety requirements outlined in the Performance Work Statement. This initiative is crucial for enhancing the technical proficiency of civil service mariners (CIVMARs) and ensuring compliance with maritime regulations. Interested contractors should contact Jordan Castellat at jordan.r.castellat.civ@us.navy.mil or Jim Ellis at james.p.ellis54.civ@us.navy.mil for further details, with proposals due by the specified deadlines and a contract duration of five years with potential extensions.
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.
Sources Sought for Operation & Maintenance of WATSON Class Vessels
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking industry feedback for the operation and maintenance of eight Large, Medium-Speed, Roll-On/Roll-Off WATSON Class vessels. The procurement aims to identify potential contractors capable of ensuring high operational readiness and compliance with U.S. regulations while managing these vessels that support the prepositioning of government cargo worldwide. The anticipated contract will be a Firm-Fixed Price (FFP) with options for additional periods, spanning from April 2027 to March 2032, with responses due by May 9, 2025. Interested parties, including small businesses, should demonstrate relevant experience, financial capability, and possess a SECRET facility clearance, and can contact Kayla Etheya at kayla.v.etheya.civ@us.navy.mil or Andrea West at andrea.v.west.civ@us.navy.mil for further information.
Navigational Bridge Services for Northrop Grumman / Sperry Marine equipment
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking information from potential vendors regarding their capabilities to provide worldwide navigational bridge services for Northrop Grumman/Sperry Marine equipment on MSC vessels. This Sources Sought Notice aims to gather insights for acquisition planning and is not a solicitation for bids or contracts; interested parties are encouraged to submit a capabilities package detailing their qualifications and experience by April 25, 2025. The services are critical for maintaining operational readiness across the fleet, emphasizing the importance of technical support, maintenance certifications, and compliance with government regulations. For further inquiries, vendors can contact Robert Corsino at robert.j.corsino.civ@us.navy.mil or Margaret Florez at margaret.e.florez.civ@us.navy.mil.
SURTASS-E Support Vessel (Option Exercise)
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking information for a time charter of a vessel to tow an acoustic array in support of U.S. Navy operations. The vessel must be U.S. flagged or capable of being reflagged, able to operate globally in various sea conditions, and sustain missions lasting up to 45 days at slow speeds, while accommodating 30 personnel and meeting specific operational and safety requirements. This procurement is crucial for enhancing naval acoustic monitoring capabilities, ensuring compliance with safety and operational standards. Interested parties must respond by April 17, 2025, providing details on vessel specifications, availability, daily rates, and any necessary modifications, with inquiries directed to Ashley M. Smith-Sallinger at ashley.m.smith357.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil.
USNS ROBERT E. SIMANEK, PSA
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting bids for the maintenance and repair of the USNS ROBERT E. SIMANEK under the MSC Norfolk office. This procurement involves the incorporation of various amendments and references related to the repair and maintenance of the vessel, specifically addressing requests for changes and updates in documentation. The services are critical for ensuring the operational readiness and longevity of the ship, which plays a vital role in naval operations. Interested contractors can reach out to Ian Keller at ian.keller@navy.mil or Christopher Ward at christopher.s.ward1.civ@us.navy.mil for further details regarding the solicitation process.
COASTAL TANKER CHARTER (EXTENDED TERM)
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking information for an extended-term time charter of a shallow draft tanker. The procurement aims to secure a clean, U.S. flagged, double hull tanker with a minimum carrying capacity of 40,000 barrels, designed for worldwide delivery, particularly in the Sea of Japan and Western Pacific. This initiative is crucial for enhancing the MSC's sealift capabilities and ensuring operational readiness and logistical support. Interested parties must submit detailed company and vessel information, including availability and pricing, by April 24, 2025. For inquiries, contact Yvonne Escoto at yvonne.escoto.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil.
Sources Sought USNS SUPPLY ROH/DD 2026
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified firms to provide Regular Overhaul Dry/Docking Availability for the USNS SUPPLY (T-AOE 6), scheduled from March 2, 2026, to August 9, 2026, at a contractor's facility on the East/Gulf Coast. Interested parties are invited to submit a brief capabilities package that includes company profiles, facility descriptions, and small business status under NAICS Code 336611 for Ship Building and Repair by April 24, 2025. This procurement is critical for maintaining the operational readiness of the USNS SUPPLY, involving tasks such as general ship services, steel replacement, inspections, and system upgrades. For further inquiries, interested firms can contact James Parker at james.l.parker2.civ@us.navy.mil or Edward V. Ruhling at edward.ruhling@navy.mil.
USNS MATTHEW PERRY (T-AKE 9) lay berth and ship repair.
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting proposals for the lay berth and ship repair of the USNS MATTHEW PERRY (T-AKE 9) at MSC Norfolk. This procurement aims to ensure the operational readiness and maintenance of the vessel, which is crucial for supporting naval operations. The contract falls under the NAICS code 336611, focusing on shipbuilding and repairing, and is categorized under non-nuclear ship repair services. Interested contractors can reach out to Damian Finke at damian.w.finke.civ@us.navy.mil or James Parker at james.l.parker2.civ@us.navy.mil for further details regarding the solicitation process.