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, through the Naval Sea Systems Command (NAVSEA), is preparing to solicit 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, augmented by a detachment from NSWC-PHD, to ensure safe navigation, equipment maintenance, and overall upkeep of the vessels during both in-port and at-sea operations. This initiative is critical for the operational readiness of the MMSC, which are part of a Foreign Military Sales program for the Kingdom of Saudi Arabia, emphasizing the importance of effective ship management and crew training. 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. For inquiries, contact Daniel Fisher at daniel.a.fisher46.civ@us.navy.mil.

    Point(s) of Contact
    Daniel (Dan) Fisher, NAVSEA
    daniel.a.fisher46.civ@us.navy.mil
    Files
    Title
    Posted
    The file outlines the Professional Mariner Crew Figures and schedules related to the Post Delivery and Pre-PSA (Post-Shakedown Availability) phases of a maritime project. It includes various figures detailing ship specifications, organizational structure, and a notional schedule with key milestones over a 14-week period. Significant activities include crew movements, dry docking, combat systems light-off, and completion of various testing phases culminating in the PSA completion. The structured schedule emphasizes timelines for each milestone, showcasing the detailed planning necessary for project execution. This document serves as a framework for managing maritime operations related to vessel delivery and certification, aligning with federal and state RFP processes while ensuring comprehensive preparations for crew and ship functionality. It is crucial for the coordination of activities and adherence to project timelines, highlighting the mission's operational readiness.
    This document outlines the scope of a U.S. Navy Foreign Military Sales (FMS) program involving the construction and post-delivery integration of four Multi-Mission Surface Combatants (MMSC) for the Kingdom of Saudi Arabia (KSA). Initiated in 2017, the prime contractor, Lockheed Martin, alongside Fincantieri Marinette Marine, is responsible for shipbuilding and crew training. The MMSC, a variant of the Freedom-class Littoral Combat Ship, is equipped with advanced weapons and systems and designed for efficient operation and maintenance. The critical post-delivery phase includes extensive tests and trials to verify operational readiness, integrating KSA crew training, conducting maintenance availabilities, and transitioning operational control from U.S. personnel to the RSNF crew. Various stakeholders, including Professional Mariner (PM) crews and Navy teams, will collaborate during this period. Key activities involve the Post Shakedown Availability (PSA), Planned Maintenance Availability (PMAV), and Continuous Maintenance Availability (CMAV). Timelines for anticipated ship deliveries are highlighted, emphasizing a structured approach to ensure material readiness and compliance with operational standards throughout the post-delivery period. This document serves as a comprehensive framework guiding the maintenance, operation, and ultimate delivery of naval assets aligned with military cooperation objectives.
    This document outlines a series of inquiries related to the Statement of Work (SOW) for a government Request for Proposal (RFP) concerning ship operations and associated contractor responsibilities. Key topics include clarity in shipboard instructions, challenges during Reduced Operating Status (ROS), procurement of onboard food, crew training and turnover incentives, safety management systems, and medical personnel requirements. It addresses contractor liabilities, insurance scope, and the need for appropriate certifications for crew members. Additionally, it discusses compensation structures related to ordnance handling and the implications of vessel berthing arrangements. The document emphasizes the importance of effective shore support, crew retention strategies, and compliance with maintenance standards. Overall, it serves as a framework for evaluating contractor capabilities and operational strategies in support of ship management, ensuring preparedness for varying operational statuses. The insights garnered are essential for assessing contractor qualifications and aligning expectations with government regulations and operational requirements.
    Lifecycle
    Similar Opportunities
    Support Ship for Naval Surface Warfare Center – Panama City
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking responses for a Sources Sought Notice (SS-25-001) to procure one U.S.-flagged, Jones Act vessel to support operations at the Naval Surface Warfare Center in Panama City, Florida. The vessel will be utilized for various at-sea operations, including mine deployment and recovery, towing vehicles, supporting remotely operated vehicle (ROV) operations, and monitoring activities, requiring specific operational capabilities such as minimum draft and beam, high transit speeds, and sufficient deck space. This procurement is crucial for enhancing national defense efforts through maritime support capabilities, with the performance period set from November 13, 2025, to November 12, 2026, and options extending through October 2030. Interested companies must submit detailed information regarding their capabilities and costs by the response deadline of October 23, 2024, and can contact Samantha Wooton at samantha.r.wooton.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil for further inquiries.
    Military Sealift Command GE Services Source Sought Notice
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is conducting a market survey to identify potential contractors for engineering services related to General Electric Power Conversion machinery on MSC vessels. The primary objective is to assess the technical and financial capabilities of vendors to provide maintenance and support for propulsion and electrical generation systems, which are critical for the operational readiness of the fleet. Key tasks for the selected contractor will include program management, technical support, engineering services, supply support for parts, and training, with a focus on evaluating machinery control systems and ensuring cybersecurity measures are in place. Interested vendors must submit their capability statements by October 31, 2024, and should contact Shelby Probert or Kourtney Brooks for further information regarding this sources sought notice.
    Sources Sought Notice-Material Handling Equipment (MHE)and Shipboard Mobile Support Equipment (SMSE)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC) in Norfolk, Virginia, is conducting a Sources Sought Notice to identify qualified contractors for maintenance, inspection, and repair services related to Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The scope of work includes comprehensive support services such as parts procurement, diagnostics, and compliance with safety regulations, ensuring that contractors can independently perform essential services aboard naval vessels. This opportunity is critical for maintaining operational readiness and logistical support for naval operations, with a focus on quality assurance and adherence to technical standards. Interested parties must submit a capability statement detailing their qualifications and past performance by November 1, 2024, to the primary contact, Alesha Ray, at alesha.j.ray.civ@us.navy.mil, or the secondary contact, Kourtney Brooks, at kourtney.k.brooks.civ@us.navy.mil.
    90-Day Dry Cargo Time Charter, with three 90-Day Options
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking proposals for a 90-day dry cargo time charter with three optional extensions for a self-sustaining vessel capable of carrying a minimum of 800 TEUs. The vessel must comply with hazardous material regulations and meet specific size and speed requirements, including a maximum length of 825 feet and a minimum laden speed of 13 knots. This procurement is critical for supporting national defense operations, ensuring the timely and safe transportation of goods. Interested parties must submit their proposals by October 17, 2024, and can direct inquiries to Jordan Johnson at jordan.a.morrison5.civ@us.navy.mil or by phone at 757-341-5427.
    Transport Vessel for Personnel and Stores (Pearl Harbor)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information on a U.S. flagged, Jones Act qualified transport vessel for personnel and cargo transfer in the Hawaiian Islands, specifically around Pearl Harbor. The vessel must meet specific requirements, including a minimum length of 90 feet, sewage capacity for 44 personnel, a transit speed of 15 knots, and the ability to operate safely in seas up to 8 feet, supporting operations for the U.S. Pacific Fleet. This opportunity is crucial for facilitating personnel and supply transfers to Ohio Class submarines, with a performance period from November 24, 2024, to November 23, 2025, and an option to extend until October 23, 2026. Interested contractors must submit detailed specifications, company information, and estimated costs by October 17, 2024, and can contact Samantha Wooton at samantha.r.wooton.civ@us.navy.mil or Reah Norris at reah.d.norris.civ@us.navy.mil for further inquiries.
    USNS LEWIS AND CLARK LAY BERTH AND SHIP REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is soliciting proposals for the USNS Lewis and Clark lay berth and ship repair project. The contractor will be responsible for providing facilities, services, labor, and materials necessary for the vessel's long-term maintenance, including preventive maintenance, industrial assistance, planning, and material procurement. This procurement is crucial for ensuring the operational readiness and maintenance of naval vessels, with the work to be conducted at locations on the US East, Gulf, or West Coast. Interested small businesses are encouraged to reach out to primary contact Damian Finke at damian.w.finke.civ@us.navy.mil or 564-226-1277, or secondary contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or 757-341-6232 for further details.
    N6133119R0016-Operation and maintenance support of the Sea Fighter (FSF-1)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking sources for the operation and maintenance support of the Sea Fighter (FSF-1) under contract number N6133119R0016. This procurement aims to extend the current contract by 18 months, focusing on support operations, maintenance, shipyard and dry-dock planning, and incidental engineering and administrative support necessary for the Sea Fighter's Advanced Technology Demonstrations (ATDs) and Research Development, Test, and Evaluation (RDT&E) efforts. The opportunity is classified under NAICS code 488310 for Port and Harbor Operations, with a size standard of $47 million, and is set aside for 8(a) sole source providers. Interested parties should submit a company profile and relevant information to Contract Specialist Courtney I. Henslee at courtney.henslee@navy.mil by the specified deadline, with no reimbursement for costs incurred in response to this notice.
    FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA). This procurement involves a comprehensive combination of maintenance, modernization, and repair services for the USS HARPERS FERRY, requiring a contractor with substantial facilities and resources capable of managing multiple areas of ship maintenance and repair. The contract will be awarded on a coast-wide basis on the West Coast, with a single contractor expected to fulfill the requirements outlined in the solicitation N00024-25-R-4422. Interested offerors should contact James Thomas at james.c.thomas118.civ@us.navy.mil or Brian Han at brian.s.han3.civ@us.navy.mil for access to necessary attachments and further details, while monitoring the PIEE/SAM.gov page for updates and amendments.
    Marine Mammal Boats
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from Historically Underutilized Business Zone (HUBZone) sources capable of providing Marine Mammal Boats as outlined in the Draft Statement of Work (SOW). The procurement aims to replace aging vessels used for marine mammal research and support the Naval Information Warfare Center's efforts in detecting and recovering underwater objects, thereby enhancing Navy security. Interested parties are required to submit a Capability Statement, including company details, business size, estimated pricing, and SBA HUBZone certification, by 3:00 PM PDT on October 29, 2024, to Contract Specialist Robert Soto at robert.soto76.civ@us.navy.mil. This opportunity is not a solicitation for proposals but a request for information to determine the appropriate acquisition method.
    USS HERSHEL WOODY WILLIAMS (ESB 4) LAY BERTH AND SHIP REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is seeking contractors for the USS Hershel Woody Williams (ESB 4) lay berth and ship repair project. The contractor will be responsible for providing facilities, services, labor, and materials necessary for the vessel's long-term maintenance, including preventive maintenance, planning, material procurement, and execution of repair activities. This procurement is critical for maintaining the operational readiness and national security of the vessel, which will be stationed on the US East, Gulf, or West Coast. Interested parties can contact Damian Finke at damian.w.finke.civ@us.navy.mil or by phone at 757-443-0885 for further details.