Ship Management Services for WATSON Class vessels
ID: SS25WATSONType: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFMARITIME ADMINISTRATION6933A2 DOT MARITIME ADMINISTRATIONNORFOLK, VA, 23505, USA

NAICS

Deep Sea Freight Transportation (483111)

PSC

OPERATION OF OTHER NON-BUILDING FACILITIES (M1PZ)
Timeline
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Jan 29, 2025, 7:30 PM UTC
Description

The Department of Transportation's Maritime Administration (MARAD) is seeking qualified entities to provide Ship Management Services for the WATSON Class vessels within the National Defense Reserve Fleet (NDRF) and Ready Reserve Force (RRF). The required services include maintenance, repair, logistics support, activation and deactivation, crewing, and overall management of the six designated WATSON Class vessels, which are critical for rapid military deployment and emergency response efforts. Three two-ship contracts will be awarded based on responses to this Sources Sought Notice, which aims to gather market information and assess whether the procurement can be set aside for small businesses or opened to full competition. Interested parties must submit their company details and capability statements by January 29, 2025, to Robert McDermott at robert.mcdermott@dot.gov or call 757-322-5824 for further inquiries.

Point(s) of Contact
Files
Title
Posted
Jan 15, 2025, 9:05 PM UTC
The U.S. Department of Transportation's Maritime Administration (MARAD) has issued a Sources Sought Notice to gather market information from entities capable of providing Ship Manager services for the WATSON Class vessels within the National Defense Reserve Fleet (NDRF) and Ready Reserve Force (RRF). These services include maintenance, repair, logistics support, activation and deactivation, crewing, and management. The WATSON Class consists of six designated vessels intended for rapid military deployment and emergency response efforts. Three two-ship contracts will be awarded, based on responses to this notice which will assist in developing the procurement method. Organizations must be U.S. citizens with vessel owner/operator experience and a dedicated line of credit of $1 million. Interested parties are required to submit their company details, capability statements, and any feedback by January 29, 2025, via specified email addresses. The notice emphasizes that it is not a request for proposals and does not incur financial obligations on the government’s part. Responses will inform whether the procurement may be set aside for small businesses or open to full competition. This outreach illustrates the government's intention to leverage both small and large businesses for essential national defense operational support.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Pre-solicitation Synopsis for the Layberthing of 2 RRF Vessels, Cornhusker State and Gopher State in the East Coast of the United States
Buyer not available
The Department of Transportation, through the Maritime Administration (MARAD), is preparing to procure layberthing services for two Ready Reserve Force (RRF) vessels, the Cornhusker State and Gopher State, on the East Coast of the United States. The objective of this procurement is to establish a long-term safe layberth for these crane ships, with potential locations including navigable waterways that can accommodate the vessels, ensuring they are within 150 miles of open waters if located on inland waterways. The solicitation will be issued as an Invitation for Bids (IFB) by May 23, 2025, with a contract structured as a Firm Fixed Price, and awards will be based on the lowest price and facility availability. Interested parties must register with the System for Award Management (SAM) to be eligible for contract awards, and inquiries can be directed to Henry H. Puppe at henry.puppe@dot.gov or by phone at 202-493-8977.
Multi Mission Surface Combatant (MMSC) - Professional Mariner (PM) Crew
Buyer not available
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.
USCGC MARGARET NORVELL (WPC-1105) DOCK-SIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dock-side repairs of the USCGC MARGARET NORVELL (WPC-1105) as part of a Sources Sought Notice aimed at market research. The anticipated repair period is set for 42 days, from November 11 to December 23, 2025, with a firm-fixed price contract expected to be awarded following the identification of capable sources. This initiative is crucial for maintaining the operational readiness of the vessel, which falls under the NAICS code 336611 (Ship Building and Repairing) with a size standard of 1,300 employees. Interested companies must submit their qualifications, including business size certification and relevant past performance, by May 6, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, potential respondents can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
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.
3573 HAYWARD Drydock
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the overhaul of the Drift Collection Vessel "HAYWARD," focusing on comprehensive repair services including drydocking, hull cleaning, painting, and compliance inspections. The contract requires the contractor to provide all necessary labor, materials, and equipment to ensure the vessel meets operational and regulatory standards, with a performance period of 30 days from the vessel's delivery to the contractor's facility. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in environmental management and navigation safety. Interested small businesses must register in the System for Award Management (SAM) and can direct inquiries to Matthew Rhoads or Domenic Sestito via their provided email addresses, with the solicitation documents available exclusively on SAM.gov.
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.
TANKER TIME CHARTER (EXTENDED TERM)
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking information for an extended term tanker time charter for one U.S. flagged medium range tanker. The procurement requires a vessel with a minimum capacity of 300,000 barrels for clean petroleum products, a maximum age of 20 years, and specific design features such as double hulls and segregated ballast tanks, capable of operating at a speed of at least 13 knots and conducting underway cargo operations. This initiative is crucial for ensuring efficient logistical support for military operations in designated areas of the Pacific Ocean, particularly around the Sea of Japan. Interested parties must submit their company and vessel information, including capacity, rates, and small business status, by April 28, 2025, and can contact Jordan Schwaner or Reah Norris for further details.
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.
Broad Agency Announcement for Qualified Vessel Operators to act as General Agent for Vessels Owned, Controlled or Time-Chartered by the Maritime Administration
Buyer not available
Special Notice: Transportation, Department of, Maritime Administration is seeking feedback on a draft application and agreement terms and conditions for becoming a General Agent. This opportunity is open to interested parties eligible to be awarded a General Agency Agreement as an agent of the United States of America. The purpose of this notice is to gather comments and feedback on the draft application and agreement terms and conditions. The General Agent will act on behalf of the Director, National Shipping Authority (NSA) of the Maritime Administration (MARAD), Department of Transportation. The draft application specifies that agent appointments will be restricted to U.S. citizens who are operators of vessels meeting specific criteria. Dry cargo vessels must have a length along the waterline (LWL) of 450 feet or greater and a cargo capacity of 7500 Dead Weight Tons (DWT) or greater. Tankers must have a cargo capacity of 25,000 DWT or greater. Interested vendors are invited to provide feedback/comments on the draft application and agreement terms and conditions by February 28, 2020, at 10:00 AM Eastern. The feedback/comments should be submitted via email to the Contracting Officer, Tina Gillespie-Lucas, at tina.gillespielucas@dot.gov. Please note that this draft is not a solicitation for government services and no awards will be made based on this draft. Interested vendors are advised to thoroughly read the draft and submit their comments by the designated date and time. Responses to feedback/comments are expected to be posted on beta.SAM.gov after the closure of this draft announcement.
Pre-solicitation Synopsis for Marine Insurance Brokerage and Fleet Protection and Indemnity Insurance Services for US Maritime Training Ships
Buyer not available
The Department of Transportation, specifically the Maritime Administration (MARAD), is seeking a licensed marine insurance broker to provide fleet Protection & Indemnity (P&I) insurance services for U.S. Government training ships. The contract will cover risks associated with a standard marine P&I policy, with coverage limits of at least $1 billion for seven training vessels operated by various State Maritime Academies. These vessels play a crucial role in training midshipmen to become officers in the merchant marine and may also be utilized for national emergency operations. The solicitation is expected to be issued as an Invitation for Bids (IFB) in mid to late 2025, with a Firm Fixed Price contract structure and evaluations based on the lowest price and facility availability. Interested parties should contact Henry H. Puppe at henry.puppe@dot.gov or Denise Clarke at denise.clarke@dot.gov for further information and ensure they are registered in the System for Award Management (SAM) to qualify for bids.