Market Survey_Mooring and Berthing Requirements
ID: N10425_01Type: Special Notice
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC), is conducting a market survey to assess the mooring and berthing capabilities of CONUS shipyards for MSC class vessels. This survey aims to evaluate the facilities' compliance with technical requirements specified in drawing 085-893675, which includes standards for acceptable water depths at piers that affect shipyard operations. The information gathered will guide MSC in planning future berthing needs and ensuring that facilities can accommodate various types of vessels, including Combat Logistics Force and special mission ships. Interested shipyards are encouraged to respond with their capabilities and any proposed mitigations if they do not currently meet the specified criteria. For inquiries, contact Christopher Ward at christopher.s.ward1.civ@us.navy.mil or call 757-443-5873. Please note that no contract award will result from this posting as it is solely for market research purposes.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a solicitation from the Department of the Navy's Military Sealift Command located in Norfolk, VA. It outlines a request for proposals (RFP) but lacks specific details about the project, objectives, or requirements. The mention of a scale and plan number suggests that this document may involve a construction, maintenance, or logistics project integral to naval operations. However, without additional context or content, the specifics of the RFP remain vague. The focus of such documents typically involves inviting vendors or contractors to submit proposals for specific services or supplies needed by the military, reflecting the federal government's commitment to procurement processes. This RFP likely aims to enhance operational logistics or infrastructure within the military domain, although the absence of detailed descriptions limits a comprehensive analysis of its scope or purpose.
    The Military Sealift Command (MSC) is conducting a market survey to assess the mooring and berthing capabilities of CONUS shipyards for MSC class vessels. This survey encompasses all GO-GO and GO-CO ships in the MSC Fleet and aims to evaluate the facilities' compliance with the technical requirements specified in drawing 085-893675. Shipyards are requested to provide detailed responses about their capabilities to meet these standards, including which vessels they can support. If a facility currently does not meet the specified criteria, shipyards are encouraged to propose mitigations to achieve an acceptable rating. An example of such mitigation includes the installation of adequate fenders on a pier to prevent vessels from crossing shallow areas. The survey emphasizes the importance of facilities' preparedness to accommodate MSC vessels while meeting safety and operational standards, guiding the MSC in planning future berthing needs effectively.
    The document outlines the capabilities and specifications of various military vessels operated by the U.S. Navy's Military Sealift Command (MSC). It categorizes the ships into different types, including Combat Logistics Force vessels, dry cargo/ammunition ships, and special mission ships, each with distinct dimensions and displacement. Key examples include the USNS John Lewis and the USNS Mercy, representing the Fleet Replenishment and Hospital classes, respectively. The document emphasizes the strategic importance of these vessels in logistics, prepositioning, and maritime support functions. It serves as a comprehensive guide for potential contractors or entities interested in understanding the logistical capabilities of the U.S. Navy, likely in relation to upcoming government Requests for Proposals (RFPs) or grants. Overall, it highlights the MSC's mission to maintain maritime operations and readiness through a sophisticated fleet, underscoring the interdependence of maritime logistics and military operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    VOYAGE CHARTER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting a Sources Sought notice (N32205-SS-N103-26-009) to identify U.S. flag vessels capable of transporting specific granite aggregates (57 and 89) from Canada to two discharge ports in Florida. The procurement requires vessels that can handle 46,000 metric tons of cargo, equipped with gear for discharge, and must meet specific operational criteria including crane offload rates and dimensions. This opportunity is critical for supporting the MSC's strategic sealift operations, ensuring the timely and efficient transport of essential materials. Interested parties must submit their company and vessel information via email to Jordan Morrison by November 4, 2025, at 1100 Eastern Time, with further inquiries directed to either Jordan Morrison or Achille Broennimann.
    USNS HENRY J. KAISER FY 27 ROH/DD Sources Sought
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking eligible businesses for the Regular Overhaul/Dry-Docking (ROH/DD) Availability of the USNS HENRY J. KAISER (T-AO 187), with work anticipated to commence around December 15, 2026, for a duration of 120 calendar days on the West Coast. The project requires facilities capable of accommodating the vessel's dimensions, including a length of 677.5 feet, a beam of 97.5 feet, and specific draft requirements, with major work items encompassing tank preservation, engine maintenance, deck tile replacement, hull cleaning, and painting. Interested contractors, particularly small businesses including Service-Disabled Veteran-Owned, HUBZone, and Section 8(a) firms, are encouraged to respond to this sources sought notice, with responses due by December 15, 2025, at 1:00 PM Eastern Time, directed to Bryan Makuch at bryan.j.makuch.civ@us.navy.mil. The anticipated solicitation date is January 17, 2026, under NAICS Code 336611, with a size standard of 1,300 employees.
    Lay Berthing Services for Long-Term Safe Lay Berth for Ro/Ro CAPE R Vessels
    Buyer not available
    The U.S. Department of Transportation's Maritime Administration (MARAD) is seeking capable sources for lay berthing services for two Ro/Ro CAPE R vessels, specifically the MV CAPE RISE and MV CAPE RACE, on the U.S. East Coast. The procurement aims to establish exclusive-use, long-term safe lay berth capabilities that include secure berthing, continuous access, and pier-side maintenance support, while ensuring compliance with environmental regulations. This requirement is critical for maintaining the readiness of MARAD's Ready Reserve Force vessels, which are essential for rapid Department of Defense (DoD) sealift missions. Interested parties must submit capability statements by December 15, 2025, to Henry H. Puppe at henry.puppe@dot.gov, with the potential for a small business set-aside based on responses received.
    East Coast Tanker Time Charter (Extended Term)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking information for a Tanker Time Charter (Extended Term) as part of a Sources Sought notice. The procurement aims to evaluate options for an existing charter contract, specifically for one clean, U.S. flagged, Jones Act compliant, double hull tanker to transport clean petroleum for the Defense Logistics Agency (DLA) worldwide. Key requirements include a one-year base period with an eleven-month option, delivery in the Gulf of Mexico by January 9, 2026, and specific vessel characteristics such as a minimum capacity of 310,000 BBLs for various jet fuels and an age limit of less than twenty years. Interested parties must submit their company and vessel information, including daily rates, by December 11, 2025, and can contact Reah Norris at reah.d.norris.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil for further details.
    Military Sealift Command VERTREP NAVCENT Detachment A
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is conducting a market survey to identify vendors capable of providing worldwide vertical replenishment (VERTREP) and logistical helicopter services for U.S. Navy and partner nation ships. The procurement requires a two-helicopter detachment, optional unmanned aerial capabilities, support equipment, and a minimum staffing of five pilots and three maintainers, with operations expected to be based in Bahrain. This service is crucial for ensuring efficient logistical support and operational readiness for naval missions. Interested vendors must submit their capability statements by December 19, 2025, at 3:00 PM local time (Norfolk, VA), and can direct inquiries to Mr. Jim Ellis at james.p.ellis54.civ@us.navy.mil.
    Sources Sought Notice- Layberthing Services for Long-Term Safe Layberth for Ro/Ro Cape H Vessels
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is conducting a Sources Sought Notice to identify potential providers for Layberthing Services for three Roll-on/Roll-off (Ro/Ro) vessels: MV Cape Henry, MV Cape Horn, and MV Cape Hudson, located on the U.S. West Coast. The requirement includes continuous, secure, and safe exclusive-use lay berthing, along with pier-side maintenance, utilities, and adherence to environmental compliance, ideally situated near support infrastructure. This opportunity is crucial for ensuring the operational readiness and maintenance of these vessels, which play a significant role in maritime logistics. Interested parties must submit capability statements by December 17, 2025, at 4:30 PM EST to Lisa Miles at lisa.miles@dot.gov, detailing their qualifications and experience, as this notice is part of MARAD's market research and does not constitute a solicitation for proposals or bids.
    L019 - Safe Haven lay/docking services.
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    Mooring Components
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.
    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.
    35-day Extension to Support Presidential Drawdown Authority (PDA) Requirements.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to extend a contract for the provision of a U.S. flag cargo vessel under a Military Sealift Command (MSC) dry cargo time charter for an additional 35 days to support Presidential Drawdown Authority (PDA) requirements. The contract stipulates the need for a self-sustaining vessel capable of carrying a minimum of 228 Twenty-foot Equivalent Units (TEUs) while adhering to all applicable regulatory HAZMAT compatibility and segregation requirements. This vessel will be utilized for worldwide missions, with delivery at Military Ocean Terminal Sunny Point, NC, and redelivery in Nordenham, Germany. Interested parties can contact Leon G. Hazley at leon.g.hazley.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details.