USNS MERCY (T-AH 19) FY26 ROH/DD
ID: N3220525R4149Type: Sources Sought
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 2:00 PM UTC
Description

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.

Files
Title
Posted
Mar 27, 2025, 4:05 PM UTC
The Military Sealift Command is issuing a Sources Sought Notice 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. This notice invites interested firms to submit a capabilities package that details their experience and capacity to perform similar ship repair work. Key requirements for submissions include a company profile, facility information, business size classification (under NAICS Code 336611), and any existing partnerships or agreements with other entities. While submission is not mandatory for future solicitation processes, it will aid the government in assessing available shipyards for the procurement. The government emphasizes that this document is a request for information only, and no contracts will be awarded as a result of this notice. Responses must be submitted by a specified deadline via email.
Mar 27, 2025, 4:05 PM UTC
The document outlines a Non-Disclosure Agreement (NDA) between the U.S. Government and an Offeror for accessing technical data related to the USNS MERCY (T-AH 19). The NDA stipulates that the Offeror must comply with Defense Department regulations regarding dissemination and control of technical data. Key requirements include using the data solely for proposal preparation and contract execution, implementing organizational controls to prevent unauthorized access, and ensuring that any distribution to subcontractors is governed by similar NDAs. The Offeror must also destroy or return the technical data upon contract completion or award to another entity. The document emphasizes the necessity for safeguarding sensitive government information while establishing accountability through potential audits. This NDA is critical in the context of government RFPs, ensuring that sensitive data remains protected throughout the procurement process.
Mar 27, 2025, 4:05 PM UTC
The MSC Corrective Maintenance Engineering Report for the USNS Mercy (TAH 19) delineates extensive maintenance tasks under Request for Proposals (RFP) N32205-26-R-2026-02-01. The document is structurally organized into sections detailing general services, hull and structural requirements, propulsion machinery, electrical systems, communication, navigation, auxiliary machinery, habitability outfitting, HVAC, drydocking, and underway replenishment. Each section includes specific work items categorized as “A” for active tasks and “NSP” for non-specific projects. Key areas identified for maintenance include electrical system upgrades, hull repairs, machinery servicing, and safety inspections. Additional focal points involve quality assurance, environmental compliance related to waste disposal, and security measures upon delivery and redelivery of the vessel. The detailed work item index serves to facilitate streamlined implementation of corrective measures, ensuring operational readiness and compliance with federal standards. This report underscores the government’s commitment to maintaining naval fleet efficacy through systematic and comprehensive service provisions.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
USNS GUADALUPE ROH/DD Solicitation
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY25 Repair and Dry Docking (ROH/DD) project. This procurement aims to secure services related to the repair and maintenance of the USNS GUADALUPE, a critical asset within the Navy's fleet, ensuring its operational readiness and longevity. The contract falls under the NAICS code 336611, focusing on shipbuilding and repairing, and is categorized under the PSC code J999 for non-nuclear ship repair. Interested vendors can reach out to Caren Edanol at caren.l.edanol.civ@us.navy.mil or call 757-341-6709 for further details regarding the solicitation process.
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.
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 highly capable contractor to perform maintenance, modernization, and repair services, necessitating substantial facilities and skilled human resources to manage and integrate various ship maintenance tasks. The contracts, expected to be awarded as two separate Firm-Fixed-Price agreements, will be executed on the West Coast, with proposals due by May 6, 2025. Interested contractors should contact Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil or Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil for further details and access to restricted files.
USNS William McLean MTA 2025
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for maintenance and technical assistance (MTA) for the USNS William McLean (T-AKE 12) for fiscal year 2025. The procurement focuses on shipbuilding and repairing services, requiring contractors to demonstrate their capabilities in dry dock services, safety protocols, and compliance with military operational standards. This opportunity is critical for ensuring the operational readiness and safety of military vessels, with performance expected to take place in Virginia, United States. Interested contractors should direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil, with proposals due by the specified deadlines.
USNS BRUNSWICK (T-EPF 6) IMCS annual maintenance
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals for the annual maintenance of the Integrated Monitoring Control System (IMCS) on the USNS BRUNSWICK (T-EPF 6). This maintenance will be conducted by the original equipment manufacturer (OEM), Austal, and is scheduled to take place from April 25, 2025, to May 30, 2025, at a location on the East Coast, due to operational and national security considerations. The IMCS is critical for the operational readiness of the vessel, and only Austal is authorized to perform this maintenance. Interested parties are encouraged to submit capability statements or proposals for consideration, and inquiries can be directed to Kimberly Hutchison or Molly Dickson via the provided contact information.
Sources Sought for Operation & Maintenance of WATSON Class Vessels
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking industry feedback for the operation and maintenance of eight Large, Medium-Speed, Roll-On/Roll-Off WATSON Class vessels. The procurement aims to identify potential contractors capable of ensuring high operational readiness and compliance with U.S. regulations while managing these vessels that support the prepositioning of government cargo worldwide. The anticipated contract will be a Firm-Fixed Price (FFP) with options for additional periods, spanning from April 2027 to March 2032, with responses due by May 9, 2025. Interested parties, including small businesses, should demonstrate relevant experience, financial capability, and possess a SECRET facility clearance, and can contact Kayla Etheya at kayla.v.etheya.civ@us.navy.mil or Andrea West at andrea.v.west.civ@us.navy.mil for further information.
USNS BURLINGTON (T-EPF 10) IMCS Troubleshoot and Repair
Buyer not available
The Department of Defense, specifically the Department of the Navy's MSC Norfolk, is seeking qualified contractors to perform troubleshooting and repairs on the IMCS Redundant PLC server aboard the USNS Burlington (T-EPF 10). The work involves OEM support from Austal USA, the original equipment manufacturer, to ensure compliance with warranty and reliability standards, with the performance period scheduled from April 21 to May 16, 2025. This procurement is critical as the equipment is essential for the ship's operational safety, and the urgency of the requirement necessitates limited competition due to proprietary rights held by Austal USA. Interested parties can reach out to Molly Dickson at molly.dickson@navy.mil or call 564-226-5427 for further information and to submit capability statements or proposals.
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 unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
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.
USNS EARL WARREN (T-AO 207) POST SHAKEDOWN AVAILABILITY Solicitation
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting bids for the post shakedown availability of the USNS EARL WARREN (T-AO 207). This procurement involves various amendments to the original solicitation, including the incorporation of revised work instructions and a change in the closing dates for both the request for comments and the solicitation itself. The services sought are critical for the maintenance and repair of naval vessels, ensuring operational readiness and compliance with safety standards. Interested contractors should note that the revised solicitation closing date is April 30, 2025, and can reach out to Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Ian Keller at ian.keller@navy.mil for further inquiries.