Next Generation Logistics Ship (NGLS) Concept Refinement
ID: N00024-25-R-2231Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Ship and Boat Building (33661)

PSC

CARGO AND TANKER VESSELS (1915)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking proposals for the Next Generation Logistics Ship (NGLS) Concept Refinement, aimed at developing design solutions and production planning for a new class of ships. The NGLS is intended to enhance the current Combat Logistics Force by providing refueling, rearming, and resupply capabilities for Naval and Marine Corps operations in both contested and non-contested environments, while being smaller and more efficient than existing vessels. This procurement is critical for ensuring the U.S. Navy's logistical capabilities in global maritime operations, with the final Request for Proposal (RFP) expected to be released within four weeks and contract awards anticipated in FY26. Interested parties should direct inquiries to Olivia Wisont at olivia.s.wisont.civ@us.navy.mil or Timothy Ross at timothy.b.ross2.civ@us.navy.mil, and must submit proposals electronically via the PIEE Solicitation Module within 30 days of the RFP posting.

    Files
    Title
    Posted
    The document serves as a Market Research Questionnaire related to a government Request for Proposals (RFP), specifically targeting companies interested in contracting opportunities under the NAICS Code 541330. Companies must provide essential information such as name, address, contact details, and socio-economic status as a small business. They are also asked to express their interest in participating as prime or subcontractors while detailing the anticipated nature of work. Additionally, interested parties can obtain a draft Statement of Work (SOW) and other contract attachments by submitting a request with a signed Non-Disclosure Agreement. The document outlines that only U.S. firms may propose as prime contractors, ensuring compliance with export regulations for foreign companies. It requests specific feedback regarding the RFP scope, including alignment with federal acquisition regulations, recommendations on project timelines, task interpretation, technical content evaluation, and necessary design maturity levels in relation to cost fidelity. Ultimately, the document emphasizes the need for detailed feedback to enhance project delivery and technical requirements, crucial for achieving the desired contract outcomes and ensuring adherence to government policies.
    The document outlines consolidated comments related to the Language in Statements of Work (SOWs), Specifications, and Deliverable Requirements Lists (DRLs) for a series of federal initiatives, specifically focusing on Information Systems Projects (ISP). It consists of multiple pages where comments are categorized by paragraphs, including recommendations for revisions or clarifications needed in the current language. The rationale for these comments is discussed but not detailed in the extract. The structured approach includes sections for documentation reference and specific lines that need attention, indicating a systematic evaluation of the proposals. The overall purpose is to enhance clarity, compliance, and effectiveness in the RFPs and grants process, thereby ensuring that project proposals meet federal and state standards. These comments are integral for refining the project specifications to align better with regulatory requirements and stakeholder expectations within the context of government funding and procurement processes.
    This government Request for Proposal (RFP) N00024-25-R-2231 outlines the design development and production planning for the Next Generation Logistics Ship (NGLS), a new class of ships for the U.S. Navy and Marine Corps. The NGLS will be smaller than current Combat Logistics Force ships, providing refueling, rearming, and resupply capabilities for distributed maritime operations. The contractor must deliver cost-effective designs, leveraging lessons learned from previous logistics ships and conducting a global market survey for suitable designs that can be built in U.S. shipyards. Key tasks include market research, NGLS ship design, and optional functional design planning. The project emphasizes using commercial designs and practices while adhering to government requirements and cybersecurity standards. All data exchange will occur through a secure Integrated Digital Environment (IDE).
    This government Request for Proposal (RFP) N00024-25-R-2231 outlines the instructions and conditions for bidders seeking to secure one of up to three contracts for the Next Generation Logistics Ship (NGLS) program. Proposals must be comprehensive, logical, and demonstrate a thorough understanding of the requirements, with a strong emphasis on shipbuilding capabilities and experience. Submissions must be made electronically via the PIEE Solicitation Module by the specified deadline (30 days after posting). The RFP details strict formatting, content, and page limit requirements for technical and price proposals, including specific sections for technical approach, organizational resources, past performance, and cost breakdown. Key personnel resumes and major subcontractor agreements are required, with certain attachments exempt from page counts. The government intends to award contracts without discussions but reserves the right to conduct them. Communication with the government is limited to designated points of contact via email for written questions, which must adhere to a specific format and deadline. Access to certain technical documents is restricted and requires specific certifications. The evaluation will prioritize technical approach, management plan, past performance, and cost, with a focus on understanding NGLS program objectives and meeting all outlined requirements. Non-compliant proposals or those with redlines/deviations will be rejected.
    Similar Opportunities
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information (Updated 15 Dec 2025)
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input via a Request for Information (RFI) for the Maritime Launched Effects - Increment 1 (MLE-1) program. This initiative aims to develop and field loitering munitions that can be integrated with Special Operations Command (SOCOM) Combatant Craft, focusing on precision strike capabilities for maritime operations. The MLE-1 program is critical for enhancing naval warfare capabilities, allowing combatant craft to engage targets beyond the horizon with minimal collateral damage. Interested vendors must submit their responses, including a Capability Compliance Matrix, by 5:00 PM EST on January 16, 2026, and can direct inquiries to Matthew C. Hedrick at matthew.c.hedrick.civ@us.navy.mil or Nick Lovasz at nicholas.c.lovasz.mil@us.navy.mil.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range, 30 days of endurance, and the ability to accommodate 12 Coast Guard personnel. This procurement is crucial for ensuring effective maritime operations and logistics support, with a cumulative ceiling of $99 million over a five-year period, starting from April 1, 2026, to March 31, 2031. Interested vendors can reach out to primary contact Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or secondary contact Sara Andrukonis at sara.k.andrukonis@uscg.mil for further details.
    LST 100 Design and Engineering Support to the Medium Landing Ship (LSM) Program
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA HQ), is seeking to modify an existing contract with Damen Naval for design and engineering support related to the Medium Landing Ship (LSM) Program, specifically the Damen Naval Landing Ship Transport 100 (LST 100). This procurement aims to provide essential engineering support as the LST 100 has been designated as the official design basis for the LSM Block 1. The contract action will be negotiated on a sole source basis, as only Damen Naval can fulfill the requirements, and interested parties may submit their interest and capability within fifteen days of this notice. For further inquiries, interested parties can contact Nicholas Boyles at nicholas.w.boyles.civ@us.navy.mil or Elizabeth Feliciano at elizabeth.feliciano-hernandez.civ@us.navy.mil.
    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.
    Specification Development & Availability Execution Support (SDAES) Intent to Consolidate
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), intends to consolidate the contract requirements for Specification Development and Availability Execution Support (SDAES) related to various classes of in-service ships. This consolidation aims to streamline the development of work specifications for ship repair, enhancing standardization and sustainability across the portfolio of work for classes including CG, DDG, LHD, LHA, LSD, LPD, and LCS. The initiative is designed to improve quality, schedule adherence, and fleet readiness, ultimately benefiting the Government through measurable efficiencies. For further inquiries, interested parties may contact Jessica Zhang at jessica.p.zhang.civ@us.navy.mil or Kathryn Corvello at kathryn.f.corvello.civ@us.navy.mil, though this announcement does not constitute a solicitation or commitment to award a contract.
    Aircraft Carrier Readiness Support
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking contractors for the Aircraft Carrier Readiness Support contract, aimed at enhancing the operational readiness of U.S. Navy aircraft carriers. This procurement involves providing professional engineering assistance, including technical expertise, logistics coordination, and quality assurance, to support the maintenance and modernization of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. The contract is crucial for ensuring that these vessels are mission-capable and ready for deployment, aligning with the Navy's operational requirements. Interested parties should note that the solicitation is expected to be available around February 1, 2026, with a total contract period anticipated from August 1, 2026, to July 30, 2031. For inquiries, contact Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or call 757-443-1219.
    USS AUGUSTA (LCS 34) FY26 DSRA
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the USS AUGUSTA (LCS 34) FY26 Docking Selected Restricted Availability (DSRA) under solicitation N00024-26-R-4420. The procurement aims to secure a contractor capable of executing comprehensive maintenance, modernization, and repair tasks, which include providing necessary materials, support, and facilities, as well as managing an integrated milestone plan for various work items such as missile launching system refurbishment. This contract is critical for ensuring the vessel's operational readiness and will be awarded to a single contractor, as market research indicates a lack of small business competition for this complex requirement. Interested parties should contact the Contract Specialist, Jack Klipfel, at jack.a.klipfel.civ@us.navy.mil or the Contracting Officer, Brian Romano, at brian.c.romano.civ@us.navy.mil for further details and to request access to necessary attachments, with the anticipated award date around May 2026.
    60-day Tanker Time Charter
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 60-day tanker time charter under RFP N3220526R6032. The contract requires a clean, U.S. or foreign flag, double-hull tanker capable of carrying 235,000 barrels of clean product, with specific vessel requirements including age, SIRE system participation, and compliance with MSC TANKTIME 2024. This procurement is crucial for military readiness and petroleum cargo transportation, with the charter period scheduled from February 5-6, 2026, and proposals due by December 17, 2025, at 1100 ET. Interested parties should contact Eric Hatcher at ERIC.N.HATCHER2.CIV@US.NAVY.MIL or 564-230-3114 for further details.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    44-0133 GEPC OEM Support Services
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is seeking to procure OEM support services for electrical power and integrated propulsion systems on the DDG 1000, LHA-6, and LHD-8 ship classes. The procurement aims to provide sustainment engineering and technical services, including addressing equipment failures, obsolescence, and documentation issues, as well as field service support for preventive and corrective maintenance. These services are critical for ensuring the operational readiness and maintenance of essential shipboard systems. Interested parties can direct inquiries to Vincent Romano at vincent.m.romano4.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil, with no proposals currently being solicited as this is a presolicitation notice.