Chief of Naval Operations (CNO) Flag Barge - Sources Sought
ID: N00024-25-R-2212Type: Sources Sought
Overview

Buyer

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

NAICS

Boat Building (336612)
Timeline
    Description

    The Department of the Navy is conducting a Request for Information (RFI) to gather insights for the potential acquisition of a Chief of Naval Operations (CNO) Flag Barge, intended for use in diplomatic and inter-service meetings in Washington, DC. The barge is expected to be between 60 to 75 feet in length, constructed from fiberglass or aluminum, and designed to accommodate 27 passengers and 7 crew members, featuring twin inboard diesel engines with a minimum speed of 8 knots and multiple deck and lounge areas. This RFI serves as preliminary market research and does not guarantee future contracts, with the planned award anticipated for FY26; interested vendors are encouraged to submit their capabilities and relevant information to the designated Navy contacts, Michael Goldberg and Joseph Saponaro, by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Navy has released a Request for Information (RFI) regarding the potential procurement of a Chief of Naval Operations (CNO) Flag Barge, intended for diplomatic and inter-service meetings in Washington, DC. This RFI serves as preliminary market research rather than a formal solicitation, allowing interested parties to provide relevant information that may assist the Navy in understanding technical requirements for the vessel. Key specifications outline that the barge should be between 60 to 75 feet, constructed of fiberglass or aluminum, and have accommodations for 27 passengers and 7 crew members. The propulsion system must include twin inboard diesel engines, with a minimum speed of 8 knots, while multiple deck and lounge areas are required for operational needs. Responses are encouraged from domestic parties with specific requests for details about certifications, maintenance history, and estimated costs. Submissions should not exceed five pages, highlighting the contractor's capabilities. Interested vendors are reminded that this RFI does not guarantee future contracts, and the planned award is slated for FY26. The document stresses the importance of maintaining proprietary information and directs inquiries to specified Navy officials.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DRY CARGO TUGCON
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking information from qualified vendors regarding the procurement of a Dry Cargo Tugcon for an open-ocean tow mission. The objective is to identify a U.S. flag, ocean-going certified tug capable of towing a YRBM-32 Berthing Barge from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA, between January 5-23, 2026, with specific requirements including a minimum tow speed of six knots and internet and satellite phone capabilities. This opportunity is critical for ensuring the effective transportation of military assets and requires interested parties to submit detailed information, including a lump-sum price and transit plan, by November 18, 2025. For further inquiries, vendors may contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 120-day special time charter of a U.S. flagged, Jones Act qualified vessel to support operations at the Naval Surface Warfare Center Panama City Division. The vessel will be utilized for various at-sea operations, including the deployment and recovery of mines, towing vehicles, and housing data acquisition equipment, with specific requirements for operational capabilities such as a minimum transit speed of 20 knots and a 12-foot maximum draft. This procurement is critical for ensuring effective support of naval operations, and interested contractors must comply with various FAR and DFARS clauses, including labor standards and wage determinations. Proposals are due by the specified deadline, and for further inquiries, interested parties can contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    Request for Information (RFI) Barge Crane-Cavite City, Philippines
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Request for Information (RFI) to identify potential vendors for a 60-ton floating crane intended for the Philippines Navy through Foreign Military Sales. The crane must be fixed to a floating barge, comply with Philippine EPA regulations, and meet specific lifting capacities from the barge, with detailed machinery and equipment requirements outlined. Interested parties are encouraged to submit their company information, technical specifications, and any relevant experience by the specified deadline to William Heller at William.J.Heller1@uscg.mil, noting that this RFI is for market research purposes only and does not constitute a solicitation for proposals.
    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.
    180-day Special Time Charter w/ One 180-day Option
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting market research for a 180-day special time charter with an option for an additional 180 days, seeking up to six Roll-on/Roll-off (RO/RO) vessels. These vessels must possess specific capabilities, including a combined capacity of at least 15,000 square feet, the ability to transport rolling stock and sensitive items such as ammunition and weapons, and meet stringent operational requirements such as beaching capability and a 5,000 nautical mile unrefueled range. Interested parties are required to submit detailed vessel specifications, pricing, and company information by December 8, 2025, at 11:00 PM Eastern Time, with Matthew Price serving as the primary contact for inquiries.
    Barge Rental Service- Amendment
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for a barge rental service as outlined in the recent solicitation from NAVSUP FLT LOG CTR Yokosuka. This procurement aims to secure the rental of ships, small craft, pontoons, and floating docks, which are essential for various operational needs within the naval logistics framework. The services will be performed in Yokosuka, Kanagawa, Japan, highlighting the strategic importance of maritime transportation in supporting naval operations. Interested vendors can reach out to Maya Ichikawa at maya.ichikawa.ln@us.navy.mil or by phone at 0468167446 for further details regarding the amendment and submission requirements.
    TUG SERVICES PORTSMOUTH NH
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking information regarding the procurement of two U.S.-flagged, Jones Act-compliant tugboats to support operations in Portsmouth, NH, and Kittery, ME, as part of a Sources Sought Notice (N32205-SS-26-021). The tugs must meet specific operational characteristics, including minimum bollard pull, passenger capacity, transit speed, and firefighting capabilities, with the contract anticipated to be a Firm Fixed Price type with reimbursable elements. This procurement is crucial for ensuring effective maritime operations in the designated areas, with a performance period from February 1, 2026, to January 31, 2027, and two option periods available. Interested parties are required to submit their company information, business size, financial capability, estimated daily rates, and vessel characteristics by December 9, 2025, and can contact Yvonne Escoto or Reah Norris for further inquiries.
    REQUEST FOR INFORMATION (RFI)/INDUSTRY DAY ANNOUNCEMENT- PROCURMENT OF DESIGN AND PRODUCTION OF FLAT RAILCARS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking information from qualified contractors for the design and production of new flat railcars intended for the transportation of Active Inert Missiles. This Request for Information (RFI) aims to assess the market's capability to deliver these specialized railcars, as the current fleet is reaching the end of its operational life and must be replaced by July 1, 2031, to maintain uninterrupted transportation capabilities. Interested parties are encouraged to submit their capability statements, including proposed delivery timeframes for various contract line items, by 4:00 PM EDT on the specified closing date, with responses directed to Steven Junkins or Erin Kelley via their provided email addresses.
    51-Day Dry Cargo Time Charter
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC), is conducting market research for a 51-day dry cargo time charter to transport military cargo, including tracked and wheeled vehicles and breakbulk. The procurement seeks U.S. and foreign flag, self-sustaining vessels capable of accommodating a portion of 450,000 square feet of cargo, with the charter period commencing on March 25, 2026, and delivery and redelivery taking place at Beaumont, Texas. This opportunity is crucial for ensuring the timely and efficient movement of military supplies, and interested parties must submit vessel details, proposed layday, daily charter hire rate, and other relevant information by 1000 ET on December 9, 2025, via email to Jordan Morrison at jordan.a.morrison5.civ@us.navy.mil.
    Bravo Dive Boat 65DS1101
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull inspections, corrosion repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and safety of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance scheduled from March 25, 2026, to May 29, 2026. 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.