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
    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
    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.
    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.
    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.
    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
    Similar Opportunities
    Multi-Mission AUTEC Range Vessel (MARV)
    Buyer not available
    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.
    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.
    Defense Maritime Solutions (WARTSILA) Brand Equipment (Supply) and Maintenance Repair
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking potential sources for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract focused on the maintenance and support of Defense Maritime Solutions (WÄRTSILÄ) brand equipment. The procurement aims to secure engineering support, general services, and hardware, with tasks including routine maintenance, corrective repairs, and training, all governed by individual Task Orders (TOs). This initiative is crucial for ensuring the operational readiness of the MSC fleet, adhering to stringent quality and safety standards set by the American Bureau of Shipping (ABS) and the United States Coast Guard (USCG). Interested vendors, particularly small businesses, are encouraged to submit capability statements and past performance data by March 12, 2025, to primary contact Deborah Brett at deborah.d.brett.civ@us.navy.mil or secondary contact Andrew MacDonald at andrew.p.macdonald2.civ@us.navy.mil.
    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 WILLIAM MCLEAN MTA FY25
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is preparing to solicit maintenance work for the USNS WILLIAM MCLEAN (T-AKE 12), with a focus on engaging small businesses for this contract. The procurement, identified by solicitation number N3220525R4043, involves approximately 64 specific work items, including distiller cleaning, CCTV system installation, and cargo potable water tank repairs, with an anticipated performance period of 61 days starting around September 24, 2025. This initiative is crucial for maintaining naval vessels and ensuring operational readiness, highlighting the MSC's commitment to fostering competition among small contractors. Interested parties should note that the NDA related to sensitive technical data must be adhered to, and further details will be available on SAM.gov by March 7, 2025. For inquiries, contact Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the LCS Classes Machinery Control Consolidated Maintenance System (MCCMS)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for the development, modernization, acquisition, deployment, and life cycle maintenance of the Machinery Control Consolidated Maintenance System (MCCMS) for Littoral Combat Ship (LCS) classes. This initiative aims to establish a unified system for monitoring and maintaining various machinery systems aboard LCS variants, thereby reducing reliance on original equipment manufacturers and associated costs. The MCCMS is critical for enhancing the operational efficiency and readiness of U.S. Navy vessels, particularly in managing Hull, Mechanical, and Electrical control systems. Interested parties must submit white papers detailing their capabilities by March 13, 2025, and can contact Francis J. Brady at francis.j.brady14.civ@us.navy.mil or 267-990-6185 for further information. This notice serves as a market research tool and does not constitute a commitment to contract.
    SURTASS-E Long Term
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking information through a sources sought notice (N32205-SS-25-037) to evaluate the feasibility of chartering a vessel capable of towing a passive acoustic monitoring system for U.S. Navy operations. Interested vendors are required to provide details about a U.S. or foreign-flagged vessel that can operate globally, maintain consistent towing speeds of 4-6 knots for up to 60 days, and ensure heading stability, along with information on vessel classification, readiness timeline post-award, personnel accommodations, and associated costs. This procurement is crucial for supporting military operations and ensuring compliance with security and safety regulations, with a period of performance set for 334 days starting from March 31, 2025. Vendors must submit their detailed responses by February 27, 2025, and can direct inquiries to Reah Norris at reah.d.norris.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil.
    20--MCM 1, STERN SHAFT - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is soliciting proposals for the procurement of MCM 1 stern shaft and similar replacement parts for repair and modification purposes. This opportunity is critical for maintaining the operational readiness of naval vessels, as these components are essential for ship and boat propulsion systems. Interested vendors should note that the primary contact for this solicitation is Hannah Forsyth, who can be reached at 717-605-3998 or via email at HANNAH.FORSYTH@NAVY.MIL for further inquiries. Details regarding submission deadlines and specific requirements will be provided in the solicitation documents.
    USNS ROBERT E. PEARY FY25 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS Robert E. Peary FY25 Maintenance and Repair Contract. This opportunity is set aside for small businesses and focuses on shipbuilding and repairing services, particularly in non-nuclear ship repair. The successful contractor will play a crucial role in maintaining the operational readiness of naval vessels, which is vital for national defense. Interested parties should reach out 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.
    CMAV AEGIS ASHORE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVSUP FLC Sigonella Naples Office, is soliciting proposals for the CMAV AEGIS ASHORE project, which involves shipbuilding and repair services. The procurement aims to address non-nuclear ship repair needs, ensuring the operational readiness and maintenance of naval vessels. This opportunity is critical for sustaining the Navy's fleet capabilities and enhancing maritime security. Interested contractors can reach out to Juan Tapia at 00390815686408 Ext: 0405 or via email at juan.c.tapia5.civ@us.navy.mil for further details regarding the solicitation process.