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
    Daniel (Dan) Fisher, NAVSEA
    daniel.a.fisher46.civ@us.navy.mil
    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
    USS EMORY S. LAND ROH/DD FY26
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USS EMORY S. LAND ROH/DD FY26, which involves shipbuilding and repair services. The procurement aims to address the maintenance and repair needs of the USS EMORY S. LAND, ensuring its operational readiness and longevity. This opportunity is critical as it supports the Navy's ongoing commitment to maintaining its fleet's capabilities and performance standards. Interested parties can reach out to Colin Edick at colin.j.edick.civ@us.navy.mil or call 564-226-1232 for further details regarding the solicitation process.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    Unmanned Maritime Systems (UMS) Support
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Unmanned Maritime Systems (UMS) support under the Seaport NxG Multiple Award Contract (MAC), designated as N6133126R3102. This opportunity is exclusively available to holders of the Seaport MAC and aims to enhance capabilities related to unmanned maritime operations, which are critical for modern naval warfare and maritime security. Interested parties must submit their responses via the PIEE Solicitation Module, and for further inquiries, they can contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil. The solicitation emphasizes that it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC).
    USS NORMANDY STBD Shaft Repair URGENT
    Buyer not available
    The Department of Defense, through the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking technical services for the urgent repair of the starboard (STBD) shaft on the USS Normandy (CG-60). The primary objective of this procurement is to assist with the STBD shaft seal face change-out, which will take place at MARMC Building CEP-200 and onboard the USS Normandy during the specified repair period from April 18, 2023, to April 28, 2023. This service is critical for maintaining the operational readiness and safety of the naval vessel, ensuring that it meets performance standards. Interested contractors can reach out to Megan Wightman at megan.a.wightman.civ@us.navy.mil or Elizabeth Marston at elizabeth.a.marston.civ@us.navy.mil for further details regarding this opportunity.
    Maritime Operations Center (MOC) Support Services
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    Littoral Combat Ship Planning Yard Support
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is seeking proposals for Planning Yard Support for the Littoral Combat Ships (LCS) Class. This procurement aims to provide comprehensive engineering, technical, planning, ship configuration, data, and logistics lifetime support efforts necessary for the modernization of the LCS fleet. The services are critical for maintaining the operational readiness and effectiveness of combat ships and landing vessels, ensuring they meet evolving mission requirements. Interested parties can reach out to Jacob Juros at jacob.a.juros.civ@us.navy.mil or Paul Kang at paul.k.kang.civ@us.navy.mil for further details regarding the solicitation process.
    VOYAGE CHARTER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting a Sources Sought notice (N32205-SS-N103-26-009) to identify U.S. flag vessels capable of transporting specific granite aggregates (57 and 89) from Canada to two discharge ports in Florida. The procurement requires vessels that can handle 46,000 metric tons of cargo, equipped with gear for discharge, and must meet specific operational criteria including crane offload rates and dimensions. This opportunity is critical for supporting the MSC's strategic sealift operations, ensuring the timely and efficient transport of essential materials. Interested parties must submit their company and vessel information via email to Jordan Morrison by November 4, 2025, at 1100 Eastern Time, with further inquiries directed to either Jordan Morrison or Achille Broennimann.
    120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 120-day special time charter of a U.S. flagged, Jones Act qualified vessel to support operations at the Naval Surface Warfare Center Panama City Division. The vessel will be utilized for various at-sea operations, including the deployment and recovery of mines, towing vehicles, and housing data acquisition equipment, with specific requirements for operational capabilities such as a minimum transit speed of 20 knots and a 12-foot maximum draft. This procurement is critical for ensuring effective support of naval operations, and interested contractors must comply with various FAR and DFARS clauses, including labor standards and wage determinations. Proposals are due by the specified deadline, and for further inquiries, interested parties can contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    Vessel Construction Manager (VCM) Industry Day Announcement for Medium Landing Ship (LSM) Program
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is hosting an Industry Day for the Medium Landing Ship (LSM) Program on December 19, 2025, aimed at engaging U.S.-based Vessel Construction Manager (VCM) firms. The event will provide an overview of the LSM Program and gather industry input to inform acquisition strategies for the procurement of 18 to 35 LSM vessels, which are intended to enhance the U.S. Marine Corps' maneuver and logistics capabilities. Interested firms must register by December 12, 2025, and can attend either in-person or virtually, with specific registration requirements outlined in the attached participation form. For further inquiries, participants can contact Nicholas Boyles at nicholas.w.boyles.civ@us.navy.mil or Elizabeth Feliciano at elizabeth.feliciano-hernandez.civ@us.navy.mil.