Composite Boat MAC IDIQ
ID: N0002425R2201Type: Solicitation
Overview

Buyer

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

NAICS

Boat Building (336612)

PSC

SMALL CRAFT (1940)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the Composite Boat Multiple Award Contract (MAC) Indefinite Delivery/Indefinite Quantity (IDIQ) for multi-mission boats, including Rigid-Hull Inflatable Boats (RHIBs) and Explosive Ordnance Disposal (EOD) Multi-use Expeditionary Response Crafts (MERC). This procurement aims to fulfill the United States Navy's requirement for annual acquisitions of 7-meter, 9-meter, and 11-meter RHIBs to support fleet missions and replace aging vessels, consolidating multiple requirements into a single contract vehicle while allowing for flexibility in boat sizes and configurations. Proposals must be submitted via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, as emailed submissions will not be accepted. For further inquiries, interested parties can contact Joseph Saponaro at joseph.f.saponaro.civ@us.navy.mil or Jason Pratt at jason.t.pratt2.civ@us.navy.mil.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Composite Boat MAC IDIQ
    Currently viewing
    Solicitation
    Similar Opportunities
    Lease of Small Craft
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    Bravo Dive Boat 65DS1101
    Buyer not available
    The Department of Defense, specifically the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to submit proposals for the maintenance, repair, and preservation of a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull repairs, systems maintenance, and preservation work, all adhering to ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which plays a vital role in naval operations. Interested contractors must submit their quotes by December 9, 2025, and ensure they are registered with the System for Award Management (SAM) to be eligible for award. 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.
    Messing & Berthing Barges IDIQ: Justification for an Excemption to Fair Opportunity
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract related to Messing and Berthing Barges. The procurement involves a range of services including cleaning and sanitizing, testing and inspections, replacing permanent filters, habitability repairs, decking repairs, and extensive interior preservation covering 215,000 square feet. These services are crucial for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Warren D. Howell at warren.d.howell@navy.mil or call 757-771-5058 for further details regarding this opportunity.
    20--CRADLE,BOAT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a boat cradle (NSN 2090013091819) intended for delivery to the USNS Joshua Humphreys (HULL T AO 188). The requirement includes a single unit to be delivered within 20 days after order, with the approved source being 63504 D406560. This procurement is crucial for maintaining operational readiness and support for naval vessels. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    N0016726R0002
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Carderock, is soliciting proposals for the manufacturing of VIRGINIA Class submarine Advanced Material (AM) Version 5 (V5) Tailcones under a follow-on single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to secure a minimum of one Tailcone, with a maximum limit of 20 Tailcones over a five-year ordering period, emphasizing the importance of these components in enhancing submarine capabilities. Interested vendors are encouraged to contact the primary contact, Jacqueline Farina, at jacqueline.t.farina.civ@us.navy.mil, or the secondary contact, Kiersten Johnson, at Kiersten.m.johnson5.civ@us.navy.mil, for further details and access to applicable drawings. The solicitation is competitive, and the contract will be awarded based on the proposals received.
    Remote Minehunting (RMH) Module
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the Remote Minehunting (RMH) Module, aimed at enhancing mine detection, classification, and localization capabilities. This procurement encompasses the production of the RMH Module, associated engineering support, and spare parts, consolidating previously separate contracts into a single competitive supply contract to streamline operations and improve efficiency. The RMH Module will replace the existing AN/AQS-20 system and is critical for advancing mine warfare capabilities within the U.S. Navy, with an anticipated contract award in August 2026. Interested parties should contact Kevin Burk at kevin.j.burk3.civ@us.navy.mil or Ethan Breitenbach at ethan.g.breitenbach.civ@us.navy.mil for further details and must comply with the solicitation requirements posted on PIEE.
    Propulsor Duct Machining
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for the machining of Propulsor Ducts as part of its ongoing efforts to support the United States Navy's submarine propulsor systems. This procurement aims to acquire services that align with the Research and Development, design, testing, acquisition, and delivery processes managed by the Advanced Propulsor Management Office (APMO). The resultant contract will be structured as a combination of Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP), highlighting the critical nature of these components in naval operations. Interested vendors should submit their proposals as unclassified documents and may request classified drawings via email to the designated contacts, Jonathan Mauro and Sam Keith, with proposals due as specified in the solicitation N0016725R0005.
    MISCELLANEOUS STEEL - BOW RAMP
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for a firm fixed price supply contract for miscellaneous steel parts required for bow ramp repair. This procurement is specifically set aside for small businesses and aims to fulfill the needs of the U.S. Naval Base Detachment in Sasebo, Japan, highlighting the importance of maintaining operational readiness for naval vessels. The solicitation is anticipated to be posted around December 2, 2025, with proposals due by December 5, 2025. Interested parties should direct inquiries to Jennifer Martinez at jennifer.a.martinez42.civ@us.navy.mil and ensure they are registered in the System for Awards Management (SAM) to participate in this opportunity.
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Request for Information (RFI) for the Maritime Launched Effects - Increment 1 (MLE-1) program, aimed at gathering industry input for the development of loitering munitions. This initiative seeks to identify viable prototype systems that can be integrated with SOCOM Combatant Craft to fulfill MLE-1 requirements, which include capabilities for precision strike missions over-the-horizon. The MLE-1 program is critical for enhancing naval warfare capabilities, providing an organic precision-strike mission package designed to minimize collateral damage while maximizing operational effectiveness. Interested vendors must submit their responses by 5:00 PM EST on December 19, 2025, 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. Additionally, vendors must comply with the Terms of Use Agreement for Government Furnished Information, which includes strict handling and disclosure protocols.
    20--HUB,PROPELLER,SHIP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of HUB, PROPELLER, SHIP components. This contract involves the manufacture and quality assurance of these components, which are critical for ship propulsion systems, ensuring operational readiness and efficiency for naval vessels. The selected contractor will be required to adhere to strict quality standards, including certification by the American Bureau of Shipping, and must provide detailed documentation and inspection reports throughout the contract duration. Interested parties should contact Alison E. Harper at 771-229-0456 or via email at ALISON.E.HARPER.CIV@US.NAVY.MIL for further details, and proposals must be submitted electronically by the specified deadline.