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
Daniel (Dan) Fisher, NAVSEA
daniel.a.fisher46.civ@us.navy.mil
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
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 input from potential vendors regarding Navigational Bridge services for Northrop Grumman/Sperry Marine equipment used on MSC vessels. This Sources Sought Notice aims to gather information on the capabilities of both small and large businesses to provide worldwide engineering support, repairs, and technical evaluations for critical navigation and communication systems, emphasizing the need for OEM-authorized parts and services. The contract will follow an Indefinite-Delivery Indefinite-Quantity (IDIQ) arrangement over five years, focusing on maintaining operational readiness within the maritime fleet. Interested parties must submit a capabilities package by May 5, 2025, and can direct inquiries to Robert Corsino at robert.j.corsino.civ@us.navy.mil or Margaret Florez at margaret.e.florez.civ@us.navy.mil.
USS MICHAEL MONSOOR FY25 5CM PMAV FFP
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is seeking qualified contractors to provide Preventive Maintenance Availability (PMAV) support for the USS MICHAEL MONSOOR (DDG-1001) at Yokosuka Naval Base, Japan. The procurement requires firms to possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) with the U.S. Navy, specifically a Master Ship Repair Agreement (MSRA) or an Agreement for Boat Repair (ABR), as the award will be made under these existing agreements. This maintenance is crucial for ensuring the operational readiness and longevity of the vessel, with the performance period scheduled from June 1, 2025, to June 20, 2025. Interested contractors must submit their offers by April 30, 2025, at 10:00 AM Japan Standard Time, and can contact Kazuo Takamura or Peter Arrieta for further information.
USS KANSAS CITY (LCS 22) / USS STOCKDALE (DDG 106) FY26 Docking Selected Restricted Availability (DSRA)
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought announcement for the FY26 Drydocking Selected Restricted Availability (DSRA) of the USS Kansas City (LCS 022) and USS Stockdale (DDG 106). The procurement aims to identify industry capabilities for performing essential maintenance, repair, and modernization work on both vessels, which includes structural repairs, system upgrades, and condition-based maintenance. This opportunity is critical for maintaining the operational readiness and technological advancement of U.S. Navy ships, with the anticipated Request for Proposals (RFP) expected to be released in the fourth quarter of 2025. Interested parties must submit their letters of interest by 4 PM Local Time on May 1, 2025, to the designated contacts, Jacqueline Black and Jacob Juros, via the provided email addresses.
COASTAL TANKER TIME CHARTER (EXTENDED TERM)
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking information for a potential time charter of a coastal tanker as outlined in Sources Sought notice SS-25-059. The MSC requires one clean, U.S.-flagged, double-hull shallow draft tanker with segregated ballast tanks, capable of carrying at least 40,000 barrels of various fuels, with specific criteria including a maximum length of 108 meters and a service speed of at least 12 knots. This procurement is crucial for supporting the Defense Logistics Agency's logistics solutions, with delivery expected by June 29, 2025, for an initial one-year term, including options for an additional year and an eleven-month period thereafter. Interested parties must submit detailed company and vessel information by April 28, 2025, and can contact Jordan Schwaner or Reah Norris for further inquiries.
USNS ROBERT E. SIMANEK, PSA
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS ROBERT E. SIMANEK, PSA, focusing on shipbuilding and repair services. This solicitation includes an amendment to correct a clerical error from a previous amendment, indicating the importance of precise documentation in the procurement process. The services sought are critical for maintaining the operational readiness and functionality of naval vessels, which play a vital role in national defense. 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.
USNS MATTHEW PERRY (T-AKE 9) lay berth and ship repair.
Buyer not available
The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is soliciting bids for the lay berth and ship repair of the USNS MATTHEW PERRY (T-AKE 9). This procurement involves specific requirements for ship repair services, including revisions and responses to requests for clarification as outlined in amendments to the solicitation. The importance of this contract lies in maintaining the operational readiness and safety of naval vessels, which are critical to national defense. 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, with the solicitation details available for review.
N6133119R0016-Operation and maintenance support of the Sea Fighter (FSF-1)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is seeking to extend the operation and maintenance support contract for the Sea Fighter (FSF-1) with Yulista Support Services (YSS) for an additional 18 months, from October 1, 2025, to March 30, 2027. This extension is necessary to continue critical support operations, maintenance, and engineering tasks related to the FSF-1, which is vital for Advanced Technology Demonstrations and Research Development, Test, and Evaluation efforts. YSS is uniquely positioned to fulfill this requirement due to its extensive experience with the vessel, having operated and maintained it for four years, and the extension is projected to prevent significant delays and additional costs associated with transitioning to a new contractor. Interested parties can contact Contract Specialist Courtney I. Henslee at courtney.henslee@navy.mil or 850-896-6847 for further information.
USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair for these naval vessels, which are critical to maintaining operational readiness. The contracts will be awarded as two separate Firm-Fixed-Price agreements, with proposals due by May 6, 2025, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. For further inquiries, potential offerors can contact Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil.