SURFACE SUPPORT VESSEL, US WEST COAST
ID: SS-25-020Type: Sources Sought
Overview

Buyer

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

NAICS

Deep Sea Freight Transportation (483111)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MARINE CHARTER (V124)
Timeline
  1. 1
    Posted Jan 7, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 7, 2025, 12:00 AM UTC
  3. 3
    Due Jan 14, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Military Sealift Command, is seeking information regarding the procurement of a U.S. flag, Jones Act-qualified surface support vessel for operations primarily on the U.S. West Coast, with a focus on submarine rescue missions. The vessel will be required to support at-sea training, maintain high operational readiness, and provide emergency and diving support, necessitating specific capabilities such as minimum speed, dynamic positioning systems, and essential communication and navigation equipment. Interested parties are invited to submit their company details, capability statements, and estimated costs by January 14, 2025, to assist in the upcoming option period for an existing contract. For further inquiries, contact Reah Norris at reah.d.norris.civ@us.navy.mil or F. Carley Orvin at franklin.c.orvin.civ@us.navy.mil.

Files
Title
Posted
Jan 7, 2025, 7:04 PM UTC
The Military Sealift Command seeks information for a Request for Information (RFI) regarding the procurement of a U.S. flag, Jones Act-qualified surface support vessel for operations mainly on the U.S. West Coast from January 31 to December 31, 2025. This vessel is intended to aid in submarine rescue missions using the U.S. Navy's specialized systems, including conducting underwater work and training exercises. The operational scope involves conducting at-sea training regularly, maintaining a high operational readiness with a diverse operational profile, and ensuring a significant capacity for emergency and diving support. The document outlines detailed specifications, including required vessel capabilities like a minimum speed, dynamic positioning systems, structural requirements for deck loading and clearances, essential communication and navigation equipment, and comprehensive manning and training plans. Additional requirements include support for government personnel, safety, and physical security measures. Interested parties are requested to submit company details, capability statements, and estimated costs by January 14, 2025. This RFI showcases the government’s commitment to enhancing naval support without incurring costs for participation, focusing on sourcing information to aid potential contract adjustments for existing vessels.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
USWC JONES ACT TANKER
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for the extended-term charter of a U.S. flag Jones Act compliant tanker capable of transporting a minimum of 280,000 barrels of clean product, including military fuels such as F76, JP5, JP8, or JA1. The contract encompasses a base period of one year with options for three additional one-year extensions and an 11-month option, emphasizing compliance with safety and environmental regulations, as well as adherence to U.S. Coast Guard standards. This procurement is critical for ensuring effective maritime logistics support for defense operations, reflecting the government's commitment to maintaining operational readiness. Interested parties must submit their proposals by March 31, 2025, and can direct inquiries to Jordan Schwaner at jordan.t.schwaner.civ@us.navy.mil or F. Carley Orvin at franklin.c.orvin.civ@us.navy.mil.
USNS MERCY (T-AH 19) FY26 ROH/DD
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking information from qualified firms for the Regular Overhaul Dry-Docking (ROH/DD) of the USNS MERCY (T-AH 19), scheduled from approximately February 1 to June 30, 2026, at a contractor facility on the West Coast. Interested parties are invited to submit a capabilities package detailing their experience and capacity to perform similar ship repair work, including company profiles, facility information, and business size classification under NAICS Code 336611. This procurement is crucial for maintaining the operational readiness of the naval fleet, with specific maintenance tasks outlined in the associated Work Item Index, including electrical system upgrades, hull repairs, and safety inspections. Interested firms should submit their responses via email to the primary contact, Benjamin Brackett, at benjamin.b.brackett.civ@us.navy.mil, by the specified deadline, as this notice serves as a request for information only and does not guarantee contract awards.
60' Dive Boat
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is seeking information from potential vendors regarding the procurement of a 60-foot Dive Boat intended for Navy Dive Lockers and Regional Maintenance Centers. The RFI outlines specific requirements for the boat, including a 60 ft aluminum monohull construction, a minimum payload capacity of 5,990 lbs, and essential features such as twin diesel engines, a complex electrical system, and dive support equipment. This initiative is part of the Navy's operational needs to enhance marine transport and logistical recovery capabilities, with a potential contract award planned for FY25. Interested parties are encouraged to submit their capabilities, production details, and cost estimates by October 31, 2024, and can contact Colin Dwyer or Julian Garibay for further information.
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.
Small Harbor Tug (YTL) Request for Information (RFI)
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking information from U.S.-based shipyards regarding their capabilities to design and construct a new Small Harbor Tug (YTL). The envisioned vessel will be approximately 60-65 feet in length, equipped for ship-assist, towing, and escort duties, and must meet specific Navy requirements, including a minimum bollard pull of 60,000 lbs ahead and 50,000 lbs astern, a minimum speed of 10 knots, and a 48-hour endurance with a 4-person crew. This Request for Information (RFI) is intended for market research purposes and does not guarantee future contracts; however, interested parties are encouraged to respond with relevant capabilities and previous contract experience. Responses and inquiries should be directed to Colin Foster at colin.j.foster.civ@us.navy.mil, with the expectation of supporting detail design starting in mid-2025 and construction beginning in early 2026.
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 on these naval vessels, which are critical to maintaining operational readiness. The contracts will be awarded as two separate Firm-Fixed-Price contracts, and interested offerors must monitor the PIEE/SAM.gov page for updates and submit requests for access to relevant attachments to the designated contacts. For further inquiries, potential bidders can reach out to 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.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to identify potential contractors for 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 businesses to perform extensive maintenance tasks, including hull inspections and repairs of critical systems, which require coordination with original equipment manufacturers (OEMs). The performance period for this contract is set from January 27, 2026, to September 30, 2030, involving four planned drydocks and one emergent drydock, with interested parties required to submit a capability statement by April 27, 2025. For further inquiries, potential respondents can contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or by phone at 206-820-3678.
USCGC-SEQUOIA-UNPLANNED-DRYDOCK-REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for unplanned dry-dock repairs to the USCGC Sequoia (WLB 215) under a combined synopsis/solicitation. The procurement aims to secure comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, to ensure the vessel's operational readiness. This contract is vital for maintaining the Coast Guard's maritime capabilities and safety standards, with a firm fixed price anticipated to commence on June 3, 2025, and conclude by September 1, 2025. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to Iran N. Walker at Iran.N.Walker@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
USCGC BENJAMIN BOTTOMS (WPC-1132) DOCKSIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources capable of performing dockside repairs on the USCGC Benjamin Bottoms (WPC-1132), which is homeported in San Pedro, California. The anticipated work includes cleaning and inspecting fuel service tanks, renewing interior deck coverings, conducting 8000-hour maintenance on main diesel engines, and hull plating cleaning, with the project scheduled to last 49 days from November 4, 2026, to December 16, 2026. This Sources Sought Notice serves as a market research tool to evaluate available capabilities and inform potential set-asides for competition decisions, emphasizing the importance of the services for maintaining operational readiness of the vessel. Interested companies must submit their qualifications and past performance information by April 8, 2025, and are encouraged to register with the System for Award Management for compliance with federal contracting requirements. For further inquiries, contact Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
DRYDOCK: USCGC RAZORBILL DD FY2026
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from qualified sources regarding the drydock availability for the USCGC RAZORBILL (WPB-87332) to perform necessary repairs. The anticipated work includes hull preservation, tank cleaning, engine realignment, and various component renewals, with the performance period expected to span from November 4, 2025, to February 3, 2026. This Sources Sought Notice aims to gauge market capabilities in alignment with FAR guidelines, particularly focusing on small businesses under NAICS code 336611, and is intended to inform future competitive and set-aside decisions. Interested parties are encouraged to submit detailed information about their capabilities and past performance to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil by the specified deadlines.