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
    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
    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
    Similar Opportunities
    Lay Berthing Services for Long-Term Safe Lay Berth for Ro/Ro CAPE R Vessels
    Transportation, Department Of
    The U.S. Department of Transportation's Maritime Administration (MARAD) is seeking capable sources for lay berthing services for two Ro/Ro CAPE R vessels, specifically the MV CAPE RISE and MV CAPE RACE, on the U.S. East Coast. The procurement aims to establish exclusive-use, long-term safe lay berth capabilities that include secure berthing, continuous access, and pier-side maintenance support, while ensuring compliance with environmental regulations. This requirement is critical for maintaining the readiness of MARAD's Ready Reserve Force vessels, which are essential for rapid Department of Defense (DoD) sealift missions. Interested parties must submit capability statements by December 15, 2025, to Henry H. Puppe at henry.puppe@dot.gov, with the potential for a small business set-aside based on responses received.
    RFP 693JF726R000002
    Transportation, Department Of
    The Department of Transportation, through the Maritime Administration (MARAD), is soliciting proposals for RFP 693JF726R000002, aimed at providing career services and workforce development support for the U.S. Merchant Marine Academy (USMMA) and State Maritime Academies (SMAs). The contract, which is a 100% Total Small Business Set-Aside, encompasses a base year from April 1, 2026, to March 31, 2027, with four additional one-year options, focusing on individualized career counseling, job placement assistance, and workforce assessments to enhance the maritime workforce. This initiative is critical for maintaining a qualified maritime workforce and includes optional outreach to K-12 students to promote maritime education. Proposals are due by December 22, 2025, and interested parties should direct inquiries to Durba Ray at durba.ray@dot.gov, with all submissions and past performance questionnaires required to be emailed by the specified deadlines.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Homeland Security, Department Of
    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
    Transportation, Department Of
    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.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) during Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull inspections, propulsion system overhauls, and various structural and mechanical repairs, with the contractor responsible for providing all necessary labor, materials, and equipment. This opportunity is significant for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their proposals by 8 AM EST on December 10, 2025, with an anticipated award date around December 19, 2025. For further inquiries, contact Jerrod Gonzales at jerrod.a.gonzales@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
    VOYAGE CHARTER
    Dept Of Defense
    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.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
    Dept Of Defense
    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.
    DRY CARGO TUGCON
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking information from qualified vendors regarding the procurement of a Dry Cargo Tugcon for an open-ocean tow mission. The objective is to identify a U.S. flag, ocean-going certified tug capable of towing a YRBM-32 Berthing Barge from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA, between January 5-23, 2026, with specific requirements including a minimum tow speed of six knots and internet and satellite phone capabilities. This opportunity is critical for ensuring the effective transportation of military assets and requires interested parties to submit detailed information, including a lump-sum price and transit plan, by November 18, 2025. For further inquiries, vendors may contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    CGC WALNUT DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the CGC WALNUT Drydock Repairs, a total small business set-aside opportunity under NAICS Code 336611 (Ship Building and Repairing). The procurement involves extensive maintenance and repair tasks for the USCGC WALNUT (WLB-225A), including hull preservation, propulsion system overhauls, and various inspections, with an estimated project cost of $4,870,543.00. This contract is crucial for ensuring the operational readiness and longevity of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their quotes by January 7, 2026, with an anticipated award date of January 12, 2026; for further inquiries, contact Jayne Gluck at Jayne.Gluck@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil.