Combatant Craft Assault
ID: CCA_FY2025Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)

NAICS

Boat Building (336612)

PSC

SMALL CRAFT (1940)
Timeline
  1. 1
    Posted Jan 13, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 13, 2025, 12:00 AM UTC
  3. 3
    Due Jan 28, 2025, 8:00 PM UTC
Description

The United States Special Operations Command (USSOCOM) is seeking qualified contractors for the manufacturing, production, testing, and deployment of Combatant Craft Assault (CCA) vessels. This procurement encompasses the acquisition of CCA vessels, trailers, engines, shipping, and development engineering, which are critical for enhancing operational capabilities in maritime environments. The contract will be structured as a base period with four additional option years, and while the total contract award amount is yet to be determined, interested parties are encouraged to submit capability statements or proposals for consideration. For further inquiries, potential bidders should refer to the solicitation number H9240524R0003 and note that the closing response date is forthcoming.

Point(s) of Contact
No information provided.
Files
No associated files provided.
Lifecycle
Title
Type
Combatant Craft Assault
Currently viewing
Special Notice
Similar Opportunities
Warrior Care Global Support RFP
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) services contract, aimed at providing non-clinical case management and advocacy for wounded, ill, or injured Special Operations Forces (SOF) service members. The procurement focuses on delivering essential support in areas such as Recovery Care Coordination, Military Adaptive Sports, Benevolence, and Career Transition, extending services to families and caregivers of SOF personnel. This initiative is critical for ensuring effective recovery and transition support for service members, reflecting the government's commitment to their well-being. Interested parties must submit their proposals electronically by the specified deadlines, with the anticipated award announcement scheduled for August 7, 2025. For further inquiries, potential offerors can contact Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
Warrior Care Global Support Draft RFP
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) program, aimed at providing non-clinical case management and advocacy services for wounded, ill, or injured Special Operations Forces personnel. The procurement focuses on delivering comprehensive support in areas such as Recovery Care Coordination, Military Adaptive Sports, Career Transition, and Benevolence for service members and their families. This initiative is critical for enhancing the recovery and reintegration of affected service members, ensuring they receive the necessary resources and support throughout their transition. Interested contractors must submit their proposals electronically, adhering to specified formats and deadlines, with evaluations based on technical proposals, past performance, and pricing. For further inquiries, potential bidders can contact Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
Wing Inflatables Combat Rubber Raiding Craft (CRRC) Maintenance, Repair, Parts & Training
Buyer not available
The Department of Defense, through the Naval Special Warfare Command, is seeking qualified vendors for the maintenance, repair, parts, and training of Wing Inflatables Combat Rubber Raiding Craft (CRRC). This procurement aims to establish a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, primarily targeting Wing Inflatables, Inc., under the authority of simplified acquisition procedures. The CRRC is a critical asset for special operations, necessitating reliable support to ensure operational readiness. Interested parties must submit their capabilities and relevant information to Ms. Kelly McNeill via email by April 7, 2025, at 10:00 AM EST, to be considered for this opportunity.
SOCOM Unique Munitions Requirements (SUMR) Amendment to H9243023R0002 for opportunity on-board additional vendors (THIS IS NOT A NEW REQUIREMENT)
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking additional vendors for the SOCOM Unique Munitions Requirements (SUMR) contract, which is an amendment to the existing solicitation H9243023R0002. This procurement aims to onboard vendors capable of supplying advanced munitions tailored to specific operational needs, with each delivery order detailing unique technical data requirements for performance and specification conformance. The SUMR contract, structured as a multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contract, spans ten years and has a total ceiling of $750 million, emphasizing compliance with stringent quality assurance and safety standards. Interested vendors can contact Carlos Cotto at carlos.cotto@socom.mil or Michael (Chris) Watson at michael.c.watson.civ@socom.mil for further information.
Development of a New Caliber .338 NM Ammunition Container
Buyer not available
The U.S. Special Operations Command (USSOCOM) is conducting market research to identify industry capabilities for developing tooling and manufacturing processes for prototype containers designed for the Caliber .338 NM linked ammunition. This initiative, led by the Small Caliber Munitions Division at Picatinny Arsenal, NJ, aims to ensure that all development and production occur within the United States, adhering to the specifications outlined in TDP MIL-DTL-3060G. The information gathered will help gauge potential partnerships for future collaborations, with responses requested by May 1, 2025, and interested parties encouraged to provide relevant experience and company classification details. For inquiries, contact Carlos Cotto at carlos.cotto@socom.mil or Michael (Chris) Watson at michael.c.watson.civ@socom.mil.
Patrol Boat Repowering
Buyer not available
The Department of Defense, through the Naval Special Warfare Command, is soliciting proposals for the repowering of patrol boats under solicitation number H9224025Q0016. The project involves removing existing outboard engines from six patrol boats and installing twelve Yamaha 150 hp outboards, ensuring all systems are functional and compliant with environmental safety regulations. This initiative is crucial for maintaining the operational readiness of maritime assets, reflecting the government's commitment to working with small business vendors while adhering to stringent federal regulations. Proposals are due by 10:00 AM on April 10, 2025, and interested contractors should contact Kelly L. McNeill at kelly.mcneill@socom.mil for further details.
Improved Vibration Control System (IVCS) Software for the MH-47G
Buyer not available
The United States Special Operations Command (USSOCOM) is seeking to procure modified Improved Vibration Control System (IVCS) Software for the MH-47G Block II aircraft through a non-competitive sole source follow-on contract. This procurement aims to update the IVCS software to incorporate changes from a government-led flight test program and additional software updates, with Lord Corporation identified as the sole source due to its unique knowledge and intellectual property rights related to the IVCS system. Interested parties are encouraged to submit statements of interest and capability documentation by 10:00 am Eastern Time on April 14, 2025, to Ms. Ruth Christopher at ruth.christopher.civ@socom.mil, as the contract will consist of a one-year performance period and will be awarded under a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee structure.
U.S. Coast Guard Special Purpose Craft – Boarding Team Delivery II and Special Purpose Craft – Law Enforcement Boats, Maintenance and Upgrades
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide maintenance, repair, and upgrade services for its Special Purpose Craft – Boarding Team Delivery II (SPC-BTD II) and Law Enforcement (SPC-LE) boats. The procurement aims to ensure the operational readiness and reliability of these vessels, which are critical for maritime security operations, by performing routine maintenance and emergent repairs at designated sites in San Diego, California, and Chesapeake, Virginia. Interested parties are invited to submit tailored capability statements addressing their experience and capacity to fulfill these requirements by April 14, 2025, at 11:00 AM EST, to the primary contact, Miranda V. Smith, at Miranda.V.Smith@uscg.mil, with a copy to Adam Petty at Adam.F.Petty1@uscg.mil. This opportunity is part of a Total Small Business Set-Aside initiative and will result in a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract over a five-year period.
Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II), aimed at enhancing maritime operational capabilities under extreme weather conditions. The procurement focuses on the design, construction, and delivery of a vessel capable of performing multi-mission tasks, including Search and Rescue (SAR), law enforcement, and environmental protection, while ensuring compliance with stringent operational and safety specifications. This initiative is critical for maintaining the Coast Guard's readiness and effectiveness in challenging maritime environments, with a total estimated contract value of $1,660,000 over a seven-year period. Interested contractors must submit their proposals by April 23, 2025, and can direct inquiries to William E. Lewis at William.E.Lewis3@uscg.mil.
USSOCOM Identity Intelligence Operations (I2O) Facility
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking qualified sources to provide a facility dedicated to Identity Intelligence Operations (I2O) services, which will include a forensic laboratory, software development capabilities, and a 24/7 data production floor. The facility, approximately 11,000 square feet, will feature a Top Secret Sensitive Compartmented Information Facility (SCIF) and accommodate 145 personnel across four shifts, ensuring robust IT and communications services while maintaining classified data security. This Request for Information (RFI) aims to gather industry feedback to shape the acquisition strategy, with interested contractors invited to submit unclassified white papers by April 9, 2025, detailing their capabilities and experience. For further inquiries, vendors can contact Regina Farrell at regina.farrell@socom.mil or by phone at 813-939-2882.