Sources Sought USNS SUPPLY ROH/DD 2026
ID: N3220525R4055Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 3:00 PM UTC
Description

The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified firms to provide Regular Overhaul Dry/Docking Availability for the USNS SUPPLY (T-AOE 6), scheduled from March 2, 2026, to August 9, 2026, at a contractor's facility on the East/Gulf Coast. Interested parties are invited to submit a brief capabilities package that includes company profiles, facility descriptions, and small business status under NAICS Code 336611 for Ship Building and Repair by April 24, 2025. This procurement is critical for maintaining the operational readiness of the USNS SUPPLY, involving tasks such as general ship services, steel replacement, inspections, and system upgrades. For further inquiries, interested firms can contact James Parker at james.l.parker2.civ@us.navy.mil or Edward V. Ruhling at edward.ruhling@navy.mil.

Files
Title
Posted
Apr 9, 2025, 1:09 PM UTC
The document outlines a Non-Disclosure Agreement (NDA) pertaining to technical data related to the USNS SUPPLY (T-AOE 6). The purpose of this NDA is to grant the Offeror access to sensitive data under strict controls defined by federal regulations, specifically DoDI 5230.24 and DoD-M 5200.01-V4. Key obligations for the Offeror include utilizing the data solely for proposal preparation and contract performance, ensuring organizational controls to limit access, and preventing unauthorized dissemination. The Offeror must identify any subcontractors involved and ensure they sign a similar NDA. Upon contract award or completion, the Offeror is required to return or destroy the data and certify its destruction. Additionally, the document mandates cooperation with the Government to recover or destroy any unauthorized disclosures, with accountability for associated costs or damages. This NDA plays a crucial role in safeguarding classified and controlled unclassified information in government solicitations and contracts, addressing compliance with export controls and dissemination restrictions.
Apr 9, 2025, 1:09 PM UTC
The Military Sealift Command (MSC) is issuing a Sources Sought Notice for a Regular Overhaul Dry/Docking Availability for the USNS SUPPLY (T-AOE 6), scheduled to commence on March 2, 2026, and end on August 9, 2026, at a contractor’s facility on the East/Gulf Coast. Firms interested in providing this service are invited to submit a brief capabilities package by April 24, 2025. Submissions should include the company profile, facility description, and details on small business status under NAICS Code 336611 for Ship Building and Repair. Notional work items involve general ship services, steel replacement, inspections, and system upgrades. This notice aims to gauge the availability of shipyards for potential future procurement, emphasizing that there is no obligation for the government to award contracts or pay for information received during this sourcing process.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
USNS EARL WARREN (T-AO 207) POST SHAKEDOWN AVAILABILITY Solicitation
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting bids for the post shakedown availability of the USNS EARL WARREN (T-AO 207). This procurement involves various amendments to the original solicitation, including the incorporation of revised work instructions and a change in the closing dates for both the request for comments and the solicitation itself. The services sought are critical for the maintenance and repair of naval vessels, ensuring operational readiness and compliance with safety standards. Interested contractors should note that the revised solicitation closing date is April 30, 2025, and can reach out to Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Ian Keller at ian.keller@navy.mil for further inquiries.
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.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to gather information on the drydocking of four Maritime Security Cutters, Large (WMSL) from fiscal year 2026 to 2030. The procurement aims to assess the interest and capability of potential contractors to perform extensive maintenance work, including hull inspections and system overhauls, with a performance period from January 27, 2026, to September 30, 2030. This initiative is part of a strategic shift towards a new Heavy Depot Maintenance Strategy designed to enhance maintenance efficiency and reduce operational downtime for these critical assets. Interested parties must submit a capability statement to the Contract Officer by April 27, 2025, without pricing information, and are encouraged to monitor sam.gov for future solicitation announcements. For further inquiries, contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or Mark Cap at mark.cap@uscg.mil.
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.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
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.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
Number One Ship Service Diesel Generator (SSDG); overhaul
Buyer not available
The Department of Defense, specifically the Southwest Regional Maintenance Center of the Department of the Navy, is seeking qualified sources for the overhaul of the Number One Ship Service Diesel Generator (SSDG) for the Litoral Combat Ship (LCS). This procurement requires the use of a dock and is aimed at identifying experienced firms capable of performing the necessary work, which is critical for maintaining the operational readiness of naval vessels. Interested parties are invited to submit a capabilities package that outlines their qualifications, including company profile, size status under NAICS Code 336611, and any relevant partnerships or agreements. Responses must be submitted by 10:00 a.m. PST on April 25, 2025, to the primary contact, Mitchell McLeod, at mitchell.s.mcleod.civ@us.navy.mil.
USNS BURLINGTON (T-EPF 10) IMCS Troubleshoot and Repair
Buyer not available
The Department of Defense, specifically the Department of the Navy's MSC Norfolk, is seeking qualified contractors to perform troubleshooting and repairs on the IMCS Redundant PLC server aboard the USNS Burlington (T-EPF 10). The work involves OEM support from Austal USA, the original equipment manufacturer, to ensure compliance with warranty and reliability standards, with the performance period scheduled from April 21 to May 16, 2025. This procurement is critical as the equipment is essential for the ship's operational safety, and the urgency of the requirement necessitates limited competition due to proprietary rights held by Austal USA. Interested parties can reach out to Molly Dickson at molly.dickson@navy.mil or call 564-226-5427 for further information and to submit capability statements or proposals.
COASTAL TANKER CHARTER (EXTENDED TERM)
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking information for an extended-term time charter of a shallow draft tanker. The procurement aims to secure a clean, U.S. flagged, double hull tanker with a minimum carrying capacity of 40,000 barrels, designed for worldwide delivery, particularly in the Sea of Japan and Western Pacific. This initiative is crucial for enhancing the MSC's sealift capabilities and ensuring operational readiness and logistical support. Interested parties must submit detailed company and vessel information, including availability and pricing, by April 24, 2025. For inquiries, contact Yvonne Escoto at yvonne.escoto.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil.