Waterborne Security Barrier 2.0
ID: N0002426R4125Type: Special Notice
Overview

Buyer

DEPT OF DEFENSE

NAICS

Port and Harbor Operations (488310)
Timeline
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking qualified sources for the design, manufacturing, and installation of a Waterborne Security Barrier (WSB) system to protect U.S. Navy ports from various threats. This Request for Information (RFI) aims to gather insights for market research and acquisition planning, focusing on systems that can withstand environmental forces and vessel impacts while leveraging commercial practices. The anticipated procurement will involve replacing WSB systems at multiple sites, with a projected Request for Proposals (RFP) completion in FY26Q3 and initial contract awards in FY27Q2. Interested parties should submit their capability summaries to Jim McGowan or Sherri Patsos via email, adhering to the Terms of Use Agreement for handling sensitive data.

    Point(s) of Contact
    Files
    Title
    Posted
    The “TERMS OF USE AGREEMENT” (Solicitation N00024-26-R-4125) outlines the conditions for recipients to access sensitive data related to the Waterborne Security Barrier 2.0 (WSB 2.0) solicitation. Recipients, including prime contractors and subcontractors, must use the data solely for generating proposals and the resulting contract, adhering strictly to the agreement, distribution statements, and all applicable regulations. Key restrictions include prohibitions on public release without prior consent, disclosure of NOFORN-marked data to foreign nationals, and any use contrary to restrictive markings. The agreement emphasizes compliance with the Arms Export Control Act, Freedom of Information Act exemptions, ITAR, DoDM 5220.22-M (NISPOM), DFARS Clauses 252.204-7012 and 252.227-7025, and NIST Special Publication 800-171. Recipients accept data “as is” and are responsible for ensuring subcontractor adherence. The document also requires specific recipient identification information and an acknowledgment of acceptance.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    2040 Marine Synthetic Fenders, P-Shaped
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is seeking proposals for the procurement of P-shaped marine synthetic fenders. This acquisition is designated as a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for the contract, which will be negotiated under FAR parts 12 and 13. The marine synthetic fenders are critical for maritime operations, providing essential protection and support for naval vessels at U.S. Naval Base Sasebo, Japan. Interested parties should prepare to submit their proposals by December 29, 2025, following the anticipated solicitation posting on SAM.gov around December 17, 2025. For inquiries, contact Wilfredo Gervacio via email at wilfredo.j.gervacio.civ@us.navy.mil.
    Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking information from industry regarding the Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support. This procurement aims to provide eligible foreign customers with access to a comprehensive range of U.S. Security Cooperation solutions, including sustainment material, systems upgrades, technical support, and maintenance services for naval vessels and related infrastructure. The contract will cover various support areas such as program management, engineering, and OCONUS maintenance, with a focus on specific regions including Egypt, Iraq, and the Philippines. Interested parties must submit their notice of interest by 12 PM PDT on January 25, 2026, to the designated contacts, Jason Gavinski and Karen Smith, with further details available in the draft statement of work and associated documents.
    V47 Waterfront Operations
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division (NSWCCDDN) Detachment Norfolk, is seeking contractor support for Waterfront Operations at Naval Station Norfolk, Virginia. The procurement encompasses a range of services including transition, program management, operations management, reporting, safety compliance oversight, operation of small watercraft, industrial maintenance and repair, as well as Research and Development, Test and Evaluation project support. These services are critical for maintaining operational readiness and safety compliance in naval operations. Interested contractors can reach out to Michael Rossik at michael.e.rossik.civ@us.navy.mil or by phone at 301-412-9761, or Xenia Lira at caroline.x.lira.civ@us.navy.mil or 757-663-2605 for further details.
    99--WING FENCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a wing fence, identified by NSN 1R-9999-LLKFYG619-E8. The requirement includes a quantity of one unit, with delivery terms set as FOB Origin, indicating that the contractor will bear the shipping costs until the goods are delivered to the designated location. This procurement is critical for maintaining operational readiness and support for naval systems. Interested contractors should direct inquiries to Danielle M. Junod at (215) 697-1138 or via email at DANIELLE.M.JUNOD.CIV@US.NAVY.MIL, as all contractual documents will be considered issued upon transmission through various electronic methods.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This procurement aims to support the design, development, fabrication, integration, and maintenance of the AN/SLQ-32(V) systems and subsystems, which are critical for early detection, signal analysis, and protection against anti-ship missiles. The anticipated contract will be structured as an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) with a base period of approximately five years, potentially extending for an additional five years. Interested parties should monitor SAM.gov for the release of the Request for Proposal (RFP) expected in January 2026 and may contact Ryan Brophy or Peter Brown for further inquiries regarding the pre-solicitation artifacts and requirements.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for Defense Maritime Solutions (DMS) Shaft & Rudder Seal Kits for various class vessels. The procurement requires Original Equipment Manufacturer (OEM) parts from DMS or its authorized distributors, ensuring compatibility and performance for cutter boat maintenance, with no substitutes allowed. This five-year requirements-type contract, effective from March 2, 2026, to March 1, 2031, includes Firm-Fixed Price Delivery Orders, with a minimum order value of $18.99 and a maximum of $8,468,353. Proposals are due by January 14, 2026, and interested parties should direct inquiries to William Zittle or Mark Cap via the provided contact details.
    OTH-WS Sources Sought for Production & Design Agent Support
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought notice to identify potential sources capable of manufacturing the Over the Horizon – Weapons System (OTH-WS) and providing Design Agent support. This procurement aims to enhance the Long-Range Anti-Ship and Over-the-Horizon Offensive Anti-Surface Warfare capabilities, which are critical for engaging surface threats in hostile environments using advanced missile technology. Interested parties are invited to submit their qualifications and capabilities by January 9, 2026, to the designated contacts, including Brittany Burton at brittany.m.burton4.civ@us.navy.mil, as the government will not accept unsolicited proposals or reimburse any costs associated with the responses.
    13--BULKHEAD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of bulkheads, classified under NAICS code 334511. The procurement aims to fulfill specific design, manufacturing, and performance requirements as outlined in the solicitation, which includes quality assurance measures and compliance with military standards. These bulkheads are critical components for naval applications, ensuring structural integrity in submarines and surface ships. Interested contractors should reach out to Zachary R. Morrill at 717-605-1552 or via email at zachary.r.morrill.civ@us.navy.mil for further details, with proposals expected to be evaluated based on the lowest aggregate total price, including options for increased quantities.
    RFI - Commercial Solutions Opening: Tactical Oceanography Supporting Full-Spectrum Undersea Warfare
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC), is seeking proposals for the Tactical Oceanography Supporting Full-Spectrum Undersea Warfare initiative, aimed at enhancing military capabilities through innovative prototyping efforts. This opportunity invites both traditional and nontraditional defense contractors to develop new environmental sensors and information systems that improve operator situational awareness and performance of existing undersea warfare systems. The anticipated funding for prototype projects may reach up to $20 million, with a competitive solicitation process expected to begin in mid-February 2026, and proposals due by February 6, 2026. Interested parties should direct inquiries to Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or call 401-832-5617 for further information.
    Multi-Ship Sustainment Partnerships (MSSP)
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting market research for the establishment of Multi-Ship Sustainment Partnerships (MSSP) aimed at enhancing the maintenance and repair of DDG-51 Class ships in Norfolk, VA, and San Diego, CA. The MSSP initiative seeks to create long-term maintenance contracts by grouping the Navy's DDG-51 Class ships into clusters of 3 to 6 vessels, allowing industry partners to compete for continuous and short-term maintenance work, thereby improving fleet readiness and providing stability to the industrial base. Interested companies are required to submit a notice of interest by January 16, 2026, detailing their capabilities, past performance, and responses to specific inquiries regarding their business size and operational capacity. For further information, companies can contact CDR Luis Escobar at luis.c.escobar.mil@us.navy.mil or LT RaeChaun Edwards at raechaun.a.edwards.mil@us.navy.mil.