Navigational Bridge Services for Northrop Grumman / Sperry Marine equipment
ID: N32205-26-SSN-NavBridgeType: Sources Sought
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC), is seeking capabilities from both small and large businesses for navigation bridge maintenance and repair services for its fleet of vessels. The procurement aims to ensure operational readiness and compliance with safety standards by providing comprehensive support for bridge electronic communication equipment, navigation systems, and safety systems aboard USNS and USS vessels. This opportunity is critical for maintaining the MSC fleet's operational capability, with services to be delivered under an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract over a five-year term, potentially extendable by six months. Interested vendors must submit their qualifications and capabilities by July 18, 2025, and can direct inquiries to Robert Corsino at robert.j.corsino.civ@us.navy.mil or Brandy Hernandez at brandy.j.hernandez6.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Military Sealift Command (MSC) has issued a Sources Sought Notice to assess both small and large businesses' capabilities for providing systems and service support along with Original Equipment Manufacturer (OEM) parts for navigation and communication systems aboard their vessels. This notice, a preliminary step prior to a potential procurement action, emphasizes the need for maintaining the operational readiness of MSC's fleet, which includes both commercial-grade and military vessels. Interested companies are encouraged to showcase their capabilities through a brief submission that must detail their organization’s history, relevant qualifications, and any applicable small business designations. Specific requirements include demonstrating the ability to fulfill the basic needs outlined in the draft Performance Work Statement (PWS). Additionally, feedback is requested on market survey questions regarding clarity of requirements, contract vehicles, and feasibility regarding bundling of services. The submission deadline is set for July 18, 2025. The NAICS code for this procurement is 541330, focused on engineering services with a small business size standard of $25.5 million.
    The Performance Work Statement (PWS) outlines the requirements for a contract focused on navigational bridge maintenance and repair services for Military Sealift Command (MSC) vessels. The contractor must provide comprehensive systems and service support for MSC's bridge electronic communication equipment, navigation systems, and safety systems on USNS and USS vessels, ensuring operational readiness and compliance with safety standards. Services include technical support, engineering analyses, supply of parts, and configuration management, with tasks assigned through specific task orders. The contractor must use Original Equipment Manufacturer (OEM) parts, and repairs must be conducted by OEM-authorized personnel. Key personnel, including a Program Manager and qualified engineers, are essential for effective contract execution. The contract operates on an Indefinite-Delivery Indefinite-Quantity (IDIQ) basis, allowing for flexibility across a five-year term subject to potential six-month extensions. Performance metrics evaluate the timely and quality delivery of services, with penalties for late submissions. Overall, this PWS establishes a structured approach to ensure the MSC fleet's operational capability and compliance with federal requirements while addressing safety and performance objectives.
    The Performance Work Statement outlines the requirements for a contract to provide systems and service support for Military Sealift Command (MSC) vessels, including various types of ships essential for military logistics. The contractor will deliver worldwide engineering support, repairs, technical evaluations, and the procurement of OEM parts for critical navigation and communication equipment, specifically focusing on Northrop Grumman/Sperry Marine brands. Key tasks include shipboard technical support, maintenance certifications, and configuration management, with performance assessed through various metrics, including timely and accurate deliverables. This contract follows an Indefinite-Delivery Indefinite-Quantity (IDIQ) arrangement over a five-year period and emphasizes non-personal services. Contractor personnel will need to maintain qualifications, handle travel logistics, and ensure compliance with government regulations regarding sensitive information. The contract enforces strict oversight on performance standards, offering deductions for non-compliance and requiring monthly reporting to track progress and deliverables, thereby highlighting a clear commitment to quality and accountability within government contracting processes.
    The Military Sealift Command (MSC) issued a Sources Sought Notice to gather information from both small and large businesses regarding their capabilities to support MSC’s requirements for systems and service support for bridge electronic communication and navigation equipment on its vessels, particularly OEM Northrop Grumman/Sperry Marine equipment. This notice is strictly for acquisition planning and is not a solicitation for bids or contracts. Vendors other than OEM authorized distributors may seek qualification for MSC work. Interested organizations are requested to submit a capabilities package by April 25, 2025, which includes their basic qualifications, organizational history with similar projects, and any applicable small business designations. Additionally, feedback on the clarity of the draft Performance Work Statement (PWS) and market survey questions is sought to refine the requirements. The NAICS code for this opportunity is 541330 – Engineering Services, with a small business standard of $25.5 million. The MSC aims to maintain high operational readiness across its fleet, making input from potential contractors crucial for fulfilling its mission effectively.
    The Military Sealift Command (MSC) has issued a Sources Sought Notice to gather input from both small and large businesses for planning purposes regarding its requirement for systems and service support related to bridge electronic communication equipment, navigation equipment, steering gear, and safety systems on its fleet of vessels. This notice signals that no contract will be awarded at this stage, yet MSC is seeking information on the capabilities of potential vendors, particularly those authorized to supply parts and services from Original Equipment Manufacturer (OEM) Northrop Grumman/Sperry Marine. Interested businesses must submit a capabilities package by May 5, 2025, detailing their qualifications, relevant experience, and socioeconomic designations. Additionally, feedback on the draft Performance Work Statement (PWS) is requested to improve the clarity and effectiveness of the procurement requirements. This effort is aligned with the government’s ongoing commitment to maintain operational readiness within its maritime fleets, emphasizing regulations for certification by OEM for non-OEM vendors.
    Lifecycle
    Similar Opportunities
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the 65 FT Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance expected from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    USS Iwo Jima RSL Sun Shields
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Mid-Atlantic Regional Maintenance Center, is seeking repair services for the USS Iwo Jima (LHD-7), specifically targeting the SRBOC, Ready Service Lockers, and Sun Shields. The repairs are critical to maintaining the operational readiness and safety of the vessel, ensuring that it meets the necessary standards for maritime operations. The period of performance for this contract is set from March 31, 2023, to May 31, 2023. Interested contractors can reach out to Cindy T. Sampson at cindy.t.sampson.civ@us.navy.mil or Elizabeth Marston at elizabeth.a.marston.civ@us.navy.mil for further details.
    MAIN PROPULSION DIESEL ENGINE FGRR CLASS MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking technical services and industrial support for the maintenance of Main Propulsion Diesel Engines (MPDEs) on various T-EPF Class vessels, including the USNS TRENTON, USNS YUMA, and USNS NEWPORT. The procurement involves conducting scheduled maintenance, including 4,000-hour and 12,000-hour services, as well as a five-year replacement of critical components such as fuel oil and lube oil hoses, all to be performed by OEM authorized technicians in accordance with established procedures. This maintenance is crucial for ensuring the operational readiness and safety of the vessels, as the specialized design of the engines necessitates the use of OEM parts and services to maintain compliance with safety and performance standards. Quotes are due by December 16, 2025, at 4:00 PM, and interested vendors should contact Matias Parker at matias.l.parker.civ@us.navy.mil for further details.
    LEGACY LANDING CRAFT AIR CUSHION (LCAC) AND LCAC100 CLASS MAINTENANCE AND REPAIR SUPPORT
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking maintenance and repair support for the Legacy Landing Craft Air Cushion (LCAC) and LCAC100 class vessels. This procurement aims to ensure the operational readiness and longevity of these critical marine assets, which play a vital role in amphibious operations and logistics. A pre-solicitation conference will be held via Microsoft Teams on January 7, 2026, from 1:00 p.m. to 2:00 p.m. CST, where interested offerors must submit their intent to participate by January 6, 2026, at 10:30 a.m. CST. For further inquiries, contact Kathleen Stewart at kathleen.a.stewart23.civ@us.navy.mil or Frances Negron at frances.j.negron.civ@us.navy.mil.
    FY26 USNS KANAWHA MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement involves the revision and cancellation of specific work instructions, with an emphasis on updating technical details and extending the final proposal submission deadline to December 17, 2025, at 3:00 PM EST. The contract is categorized under the Ship Building and Repairing industry, highlighting its significance in maintaining naval vessels. Interested small businesses are encouraged to reach out to Susan Bryant at susan.b.bryant.civ@us.navy.mil or call 757-777-4648 for further information regarding this total small business set-aside opportunity.
    USS NORMANDY STBD Shaft Repair URGENT
    Dept Of Defense
    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.
    USS MESA VERDE Starboard White Task Light Service and Repair
    Dept Of Defense
    The Department of Defense, through the Mid Atlantic Regional Maintenance Center, is seeking the Original Equipment Manufacturer (OEM) to perform service and repair on the USS MESA VERDE's Starboard White Task Light. The procurement involves inspecting, repairing, and replacing specific components, including LEDs and power supplies, as well as conducting operational tests to ensure compliance with the International Regulations for Preventing Collisions at Sea (COLREGS). This task light is critical for maritime safety and was originally installed under a Navy Prime Contract, with RSL Fiber Systems LLC identified as the OEM responsible for the necessary repairs. Interested parties can reach out to Summer Wood at summer.l.wood.civ@us.navy.mil for further details regarding this opportunity.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.