Waterfront Operations, Naval Surface Warfare Center, Carderock Division (NSWCCD)
ID: N00167-25-R-00XXType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Other Support Activities for Water Transportation (488390)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center, Carderock Division (NSWCCD), is seeking contractor support for Waterfront Operations at its Norfolk, Virginia facility. The procurement aims to secure services related to program management, operational oversight, maintenance, and repair of small watercraft, as well as compliance with safety regulations and logistical support. These services are critical for maintaining operational readiness and safety standards for military and governmental watercraft, ensuring effective service delivery in defense-related maritime activities. Interested small businesses are encouraged to respond to the Request for Information (RFI) by submitting their capabilities and experiences, with the anticipated contract award expected to be a cost-plus-fixed-fee (CPFF) indefinite delivery indefinite quantity (IDIQ) contract, projected to be solicited by June 2025. For further inquiries, interested parties may contact Caroline Lira at caroline.x.lira.civ@us.navy.mil or Mike Rossik at michael.e.rossik.civ@us.navy.mil.

    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) Detachment Norfolk seeks contractor support for waterfront operations concerning various watercraft and associated systems. The contract encompasses general program management, operational oversight, and direct waterfront operations including maintenance, testing, and logistical support for small watercraft, ranging from 1 to 230 feet in length. Key requirements involve the transition of responsibilities between contractors, management of personnel, and adherence to safety and environmental regulations. The contractor must establish a Program Manager and Site Manager to ensure compliance with operational, safety, and management reporting standards. The contractor will also manage supply and inventory at the facility, perform maintenance and repair operations, and ensure the availability of necessary permits and safety equipment. Regular progress reporting and documentation of operations and environmental safety compliance are mandated, along with emergency preparedness during operations. This initiative highlights the necessity of maintaining operational readiness and safety standards for military and governmental watercraft, affirming the commitment to efficient and effective service delivery amidst complex operational demands.
    The document is a draft Statement of Work (SOW) for industry feedback focused on waterfront operations at the Naval Surface Warfare Center Carderock (NSWCCD). It serves as an attachment designed to solicit questions and comments from industry stakeholders regarding specific requirements outlined in the SOW. The structure includes section headings, designated SOW paragraphs, page references, and areas for participant feedback, fostering engagement and clarity in understanding the operational criteria and expectations. The SOW's purpose is to refine project requirements through industry insights, ensuring alignment with operational goals and enhancing the effectiveness of future contracts related to waterfront operations. The emphasis on clear communication signifies the federal government's approach to collaborating with industry experts to achieve operational efficiency and innovation in defense-related maritime activities.
    The document outlines the solicitation process for a federal government contract, specifically a Cost-Plus Fixed-Fee (CPFF) Level of Effort (LOE) task order aimed at delivering services related to national defense. It integrates various sections detailing imperative clauses, instructions for offerors, eligibility criteria, and requirements for proposal submissions. Key areas include a focus on technical approach, past performance, and cost proposals, with specific instructions for formatting and content outlined for clarity. The evaluation criteria emphasize a comprehensive understanding of the requirements, the managerial capability of offerors, and their approach to ensuring compliance with federal laws, particularly concerning small business participation and addressing potential conflicts of interest. The importance is placed on thorough documentation and the necessity for proposals to reflect alignment with the government's objectives while being responsive to any amendments and clarifications. The culmination of these factors ultimately guides the selection process, evaluating offers based on their perceived value and compliance with solicitation terms.
    The NSWCCD Market Research Questionnaire aims to gather information from firms regarding their capabilities and experiences related to waterfront operations, specifically for upcoming government contract proposals. The questionnaire seeks to identify small business opportunities and refine acquisition documents. Key sections include basic company information, previous contract experience, socio-economic status, and security clearance requirements. Firms are asked if they intend to propose, their past performance on similar contracts, and their ability to comply with subcontracting limitations and security clearances. Additionally, the acquisition strategy segment requests feedback on the Statement of Work (SOW), exploring clarity, pricing structures, and adequacy of key personnel requirements. This document is critical for assessing the pool of potential contractors, ensuring alignment with government standards, and facilitating informed decision-making in the procurement process.
    Lifecycle
    Similar Opportunities
    Lease of Small Craft
    Dept Of Defense
    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.
    Marine Boatyard Support and Industrial Support Lot III Follow-on MAC-IDIQ
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is preparing to issue a Request for Proposal (RFP) for the Marine Boatyard Support and Industrial Support Lot III Follow-on MAC-IDIQ contract. This procurement aims to secure management, material support services, labor, supplies, and equipment necessary for marine boatyard and industrial support, including modifications, upgrades, and repairs to various non-commissioned boats and crafts primarily in the San Diego area. The successful contractor will be responsible for pier-side repairs and must adhere to the latest specifications and standards, with the contract expected to be awarded as a Firm-Fixed Price (FFP) solicitation in January 2026. Interested small businesses are encouraged to contact Natalie Arenz or Alondra Moreno for further information and to monitor the solicitation's release on the designated government websites.
    Messing & Berthing Barges IDIQ: Justification for an Excemption to Fair Opportunity
    Dept Of Defense
    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.
    Aircraft Carrier Readiness Support
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking contractors for the Aircraft Carrier Readiness Support contract, aimed at enhancing the operational readiness of U.S. Navy aircraft carriers. This procurement involves providing professional engineering assistance, including technical expertise, logistics coordination, and quality assurance, to support the maintenance and modernization of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. The contract is crucial for ensuring that these vessels are mission-capable and ready for deployment, aligning with the Navy's operational requirements. Interested parties should note that the solicitation is expected to be available around February 1, 2026, with a total contract period anticipated from August 1, 2026, to July 30, 2031. For inquiries, contact Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or call 757-443-1219.
    NORFOLK HARBOR TUGS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking information from qualified vendors regarding the procurement of tug services for Norfolk Harbor. This Sources Sought notice aims to identify potential sources capable of providing navigational services to shipping, particularly in the context of marine charter transportation. Tug services are critical for ensuring safe and efficient maritime operations in busy ports, such as Norfolk, Virginia. Interested parties are encouraged to reach out to the primary contact, Jordan Schwaner, at jordan.t.schwaner.civ@us.navy.mil or by phone at 156-422-64538, or the secondary contact, Yvonne Escoto, at yvonne.escoto.civ@us.navy.mil or 564-230-3497, for further details regarding this opportunity.
    Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking information from industry regarding capabilities to provide Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support. This procurement aims to offer eligible foreign customers a comprehensive range of U.S. Security Cooperation solutions, including sustainment material, systems upgrades, technical support, and maintenance services for naval vessels and related infrastructure across various countries. Interested parties are encouraged to submit their expressions of interest, detailing their capabilities and responses to specific questions by 12 PM PDT on January 25, 2026, to the designated contacts, Jason Gavinski and Karen Smith, via the provided email addresses.
    Watercraft & Trailer Services
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking vendors to provide comprehensive maintenance services for a fleet of watercraft located in Key West, Florida. The procurement aims to ensure that various types of watercraft, including reconnaissance crafts, personal watercraft, and associated trailers, are maintained in compliance with Florida state law and Department of Transportation regulations, with a focus on routine maintenance and emergency services. Interested vendors must be located within a 50-mile radius of Key West and are encouraged to submit their capabilities and relevant experience by December 29, 2025, at 4:30 PM EST, with inquiries directed to SSG Ramneek Tinoco or SFC Kevin Margeson via email.
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting numerous service contract opportunities primarily under NAICS code 541330 (Engineering Services) utilizing the Seaport contract vehicle. These contracts encompass a wide array of support services, including acoustic trial and range sustainment, engineering and technical support, logistics, information technology, and business administration, with many contracts set aside for small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Women-Owned Small Businesses (WOSB). The ongoing procurement activities indicate a robust demand for these services, with several contracts pending award or anticipated follow-on RFPs in the near future. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information.
    Fire Watch/Tank Watch
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is preparing to solicit a Firm Fixed Price contract for Fire Watch/Tank Watch Touch Labor Support, aimed at enhancing safety during ship repair operations. This procurement is designated as a 100% total Small-Business Set-Aside, with the applicable NAICS code being 336611, which pertains to Ship Building and Repairing. The contract is expected to commence on May 18, 2026, and run through May 17, 2027, with a potential six-month extension, and the solicitation is anticipated to be available around January 15, 2026. Interested parties can reach out to Melissa White at melissa.e.white13.civ@us.navy.mil or Alicia Almberg at alicia.l.almberg.civ@us.navy.mil for further information.
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    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 the 65 FT Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull 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 longevity 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 expected 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.