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 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.
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.
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, aimed at providing non-clinical case management and advocacy for wounded, ill, or injured Special Operations Forces service members and their families. The procurement focuses on enhancing Recovery Care Coordination, Military Adaptive Sports, Benevolence, and Career Transition support, ensuring comprehensive care and effective program management for service members transitioning to civilian life. This initiative is critical for maintaining the well-being and operational readiness of military personnel, reflecting the government's commitment to their recovery and reintegration. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals by April 18, 2025, and can direct inquiries to Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
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.
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.
Targeted Requirement EXecution (TREX) 3 Multiple Award Contract(s) (MAC) Follow-On Request for Proposals (RFP)
Buyer not available
The United States Department of Defense, through the United States Special Operations Command (USSOCOM), is soliciting proposals for the Targeted Requirement Execution (TREX) 3 Multiple Award Contract (MAC) under Solicitation No. H9240125R0002. This procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for supplies and services, with a total projected maximum value of $2.39 billion across seven one-year ordering periods, emphasizing the need for high-quality services while ensuring compliance with federal regulations. Interested contractors must demonstrate their capabilities in managing classified programs and adhere to stringent proposal submission guidelines, with a focus on fair competition and the inclusion of small businesses. Proposals are due by the specified deadlines, and inquiries should be directed to Eric N. Carlin at eric.carlin@socom.mil or Deanna R. Grimshaw at deanna.grimshaw@socom.mil for further clarification.
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 high-risk maritime environments, with an estimated total evaluated price 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.
59--CCA,CNTRL,SINGLE PT, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking proposals for the repair and modification of a Central Control Assembly (CCA), identified by NSN 7H-5998-016605351. The procurement involves a quantity of one unit to be delivered to DLA Distribution in New Cumberland, PA, and is classified under the PSC code 5998, which pertains to electrical and electronic assemblies. This contract action is intended to be negotiated with a single source due to the government's determination that it is uneconomical to acquire the necessary data or rights for competitive procurement. Interested parties should contact Jordan Burt at (717) 605-1318 or via email at jordan.burt@navy.mil for further details, and they are encouraged to submit their capabilities within 15 days of this notice.
MNOC Classroom Upgrade
Buyer not available
The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the MNOC Classroom Upgrade project at Camp Lejeune, North Carolina. The objective is to renew, replace, and upgrade the voice, audio, video, and data systems infrastructure supporting the MARFORSOC Network Operator Course Classroom, ensuring modernized training capabilities. This project is crucial for enhancing the technological environment for military training and education, reflecting the commitment to improving operational readiness. Interested small businesses must submit their quotes by 12:00 PM EST on May 12, 2025, following a mandatory site visit on April 22, 2025, and should direct inquiries to Betty Gonzalez or Samuel Williams via email.