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.
    Barge Rental Service
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to provide barge rental services through a competitive solicitation. This procurement aims to secure reliable rental services for ships, small craft, pontoons, and floating docks, which are essential for various naval operations in Japan. Interested parties must be duly authorized to operate in Japan and may need to submit additional documentation demonstrating their capability to perform prior to contract award. For further inquiries, vendors can contact Maya Ichikawa at maya.ichikawa.ln@us.navy.mil or by phone at 046-816-7446.
    Repair and Modernization IDIQ YC-UF-UFDD
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), is seeking qualified contractors for a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract to support the repair and modernization of U.S. Navy waterborne barges, specifically YC, UF, and UFDD types, located in various sites across Washington State. The scope of work includes a range of services such as vessel husbandry, welding, painting, electrical repairs, and mechanical system overhauls, with contractors required to adhere to military and federal standards while managing hazardous materials. Interested parties must submit a notice of interest and a tailored capability statement by 12:00 PM PT on November 19, 2025, to the designated government contacts, Jeff Jaeckel and Christopher Campbell, to express their capabilities and intent to participate in this procurement process.
    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.
    Composite Boat MAC IDIQ
    Buyer not available
    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.
    60-day Tanker Time Charter
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for a 60-day tanker time charter to support operations in the Western Pacific and Sea of Japan. The procurement requires one clean, approved U.S. or foreign flag, double-hull tanker equipped with an inert gas system and segregated ballast tanks, capable of carrying a minimum of 240,000 barrels of clean product, primarily JP5 and JA1. This charter is essential for ensuring the safe and efficient transportation of fuel products, with laydays commencing on December 8, 2025, and a performance period of approximately 60 days. Interested parties should contact Jordan Morrison at jordan.a.morrison5.civ@us.navy.mil or 564-230-3633, with proposals due by November 13, 2025.
    TANKER VOYAGE CHARTER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for a tanker voyage charter to transport clean products from Ulsan, Korea, to discharging ports in Qatar and Bahrain. The procurement requires one clean, approved U.S. or foreign flag, double-hull tanker equipped with an inert gas system and segregated ballast tanks, capable of carrying a minimum of 235,000 barrels of clean product. This charter is crucial for ensuring the efficient and safe transportation of essential materials, with laydays commencing on December 7, 2025, and closing on December 8, 2025. Interested parties should submit their proposals by November 13, 2025, at 1300 Eastern Time, and can contact David Hamilton at david.k.hamilton19.civ@us.navy.mil for further information.
    Request for Information - Border Security Boat - Shallow Water River
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information through a Request for Information (RFI) regarding the acquisition of a Border Security Boat - Shallow Water River, intended for law enforcement operations such as drug and migrant interdiction. The USCG is interested in existing boat designs or those that can be modified to meet specific operational requirements, including dimensions, performance capabilities, and innovative features. This procurement is crucial for enhancing border security operations, particularly in riverine environments like the Rio Grande. Interested parties should submit their responses to William E. Lewis at William.E.Lewis3@uscg.mil, as this RFI is for market research purposes only and does not constitute a commitment to award a contract.
    Next Generation Logistics Ship (NGLS) Concept Design Multiple Award Contract (MAC) Solicitation
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is soliciting proposals for the Next Generation Logistics Ship (NGLS) Concept Design Multiple Award Contract (MAC). This procurement aims to engage qualified contractors to contribute to the design and development of logistics ships, which are critical for enhancing naval operational capabilities. The solicitation has undergone several amendments, with the latest due date for proposals extended to November 14, 2025, and requires submissions to be made via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, as emailed proposals will not be accepted. Interested parties should contact Steven Noel at steven.w.noel.civ@us.navy.mil or by phone at 202-781-0517 for further information and to request access to controlled documents necessary for the proposal process.