Small Harbor Tug (YTL) Request for Information (RFI)
ID: N00024-25-R-2207Type: Sources Sought
Overview

Buyer

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

NAICS

Boat Building (336612)

PSC

SPECIAL SERVICE VESSELS (1925)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking information from U.S.-based shipyards regarding their capabilities to design and construct a new Small Harbor Tug (YTL). The envisioned vessel will be approximately 60-65 feet in length, equipped for ship-assist, towing, and escort duties, and must meet specific Navy requirements, including a minimum bollard pull of 60,000 lbs ahead and 50,000 lbs astern, a minimum speed of 10 knots, and a 48-hour endurance with a 4-person crew. This Request for Information (RFI) is intended for market research purposes and does not guarantee future contracts; however, interested parties are encouraged to respond with relevant capabilities and previous contract experience. Responses and inquiries should be directed to Colin Foster at colin.j.foster.civ@us.navy.mil, with the expectation of supporting detail design starting in mid-2025 and construction beginning in early 2026.

Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
TUGCON Voyage Charter
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking a qualified contractor to provide a U.S. flag, ocean-going certified tug for a voyage charter to support an open-ocean tow mission. The contract requires the tug to tow the berthing barge YRBM 58 in accordance with the U.S. Navy Tow Manual, with the voyage commencing from Naval Base San Diego, CA, to Naval Base Guam, with specific laydays set between June 16 and June 22, 2025. This procurement is crucial for ensuring the safe and efficient transportation of naval assets, reflecting the Navy's operational readiness and logistical capabilities. Interested small businesses must respond to the presolicitation notice by April 30, 2025, and can direct inquiries to Matthew Price at matthew.r.price40.civ@us.navy.mil or by phone at 757-341-3348.
60' Dive Boat
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is seeking information from potential vendors regarding the procurement of a 60-foot Dive Boat intended for Navy Dive Lockers and Regional Maintenance Centers. The RFI outlines specific requirements for the boat, including a 60 ft aluminum monohull construction, a minimum payload capacity of 5,990 lbs, and essential features such as twin diesel engines, a complex electrical system, and dive support equipment. This initiative is part of the Navy's operational needs to enhance marine transport and logistical recovery capabilities, with a potential contract award planned for FY25. Interested parties are encouraged to submit their capabilities, production details, and cost estimates by October 31, 2024, and can contact Colin Dwyer or Julian Garibay for further information.
TANKER TIME CHARTER (EXTENDED TERM)
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking information for an extended term tanker time charter for one U.S. flagged medium range tanker. The procurement requires a vessel with a minimum capacity of 300,000 barrels for clean petroleum products, a maximum age of 20 years, and specific design features such as double hulls and segregated ballast tanks, capable of operating at a speed of at least 13 knots and conducting underway cargo operations. This initiative is crucial for ensuring efficient logistical support for military operations in designated areas of the Pacific Ocean, particularly around the Sea of Japan. Interested parties must submit their company and vessel information, including capacity, rates, and small business status, by April 28, 2025, and can contact Jordan Schwaner or Reah Norris for further details.
COASTAL TANKER TIME CHARTER (EXTENDED TERM)
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking information for a potential time charter of a coastal tanker as outlined in Sources Sought notice SS-25-059. The MSC requires one clean, U.S.-flagged, double-hull shallow draft tanker with segregated ballast tanks, capable of carrying at least 40,000 barrels of various fuels, with specific criteria including a maximum length of 108 meters and a service speed of at least 12 knots. This procurement is crucial for supporting the Defense Logistics Agency's logistics solutions, with delivery expected by June 29, 2025, for an initial one-year term, including options for an additional year and an eleven-month period thereafter. Interested parties must submit detailed company and vessel information by April 28, 2025, and can contact Jordan Schwaner or Reah Norris for further inquiries.
Non-standard Maritime Vessel
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking sources for the procurement of a Non-Standard Maritime Vessel, specifically an ocean-going trawler-styled motor yacht, to be utilized during an exercise in Nome, Alaska. The vessel must be a minimum of 25 meters in length, capable of berthing ten passengers, and equipped with station keeping or bow thrusters, an enclosed bridge, and facilities for storage and classification. This procurement is critical for ensuring operational readiness and support during the exercise scheduled from August 2 to August 15, 2025, with requirements for 24-hour accessibility to the vessel and pier space in Nome. Interested parties should contact TSgt Trenton Beavers at trenton.h.beavers.mil@socom.mil or call 719-723-6141 for further details.
FFG-62 "Searchest" Pumps
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from potential suppliers for the procurement of two Horizontal Split Case Circulator Pumps, two Variable Speed Motors, and two Variable Frequency Drive Motor Controllers. This procurement aims to support land-based testing of new shipboard systems, which are critical for enhancing naval operational capabilities. Interested vendors are encouraged to submit capability statements detailing their qualifications and preliminary pricing, with a focus on participation from small and veteran-owned businesses. Responses are due within two weeks of the notice date, and while this is a Sources Sought Notice and not a formal proposal request, it may influence the acquisition process, with an anticipated award date in the third or fourth quarter of fiscal year 2026. For further inquiries, interested parties may contact Rachel Piecyk at rachel.m.piecyk.civ@us.navy.mil or Dustin Bordelon at dustin.j.bordelon.civ@us.navy.mil.
SHAFT,INTERMEDIATE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of the SHAFT, INTERMEDIATE, a component critical to ship and boat propulsion systems. The procurement requires that the contractor be an authorized repair source and adhere to specific requirements, including a Repair Turnaround Time (RTAT) of 203 days after receipt of the asset, with penalties for delays. This contract is vital for maintaining operational readiness and ensuring the reliability of naval vessels. Interested contractors must submit their quotes by April 11, 2025, and can direct inquiries to Darian M. Holley at 717-605-1339 or via email at darian.m.holley.civ@us.navy.mil.
Repair of Shaft, Submarine - Qty: 2 with an Option of 1
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of two shafts for Ohio Class submarines, with an option for an additional shaft. This procurement is set aside for small businesses and requires compliance with specific Defense Priorities and Allocation System (DPAS) ratings, as well as adherence to detailed technical data packages and military specifications for delivery. The contract will involve both immediate repair services and potential future work, emphasizing the importance of quality and traceability in defense contracts. Interested parties must submit their proposals by 4:00 PM local time on May 15, 2025, and can direct inquiries to Kathryn Shutt at kathryn.e.shutt.civ@us.navy.mil or Hannah Forsyth at hannah.forsyth@navy.mil.
DDG 124 and DDG 127 Post Shakedown Availabilities at Norfolk
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for Post Shakedown Availabilities (PSAs) for the DDG 51 Class Ships, specifically the HARVEY BARNUM JR. (DDG 124) and potentially the PATRICK GALLEGHER (DDG 127), at the Norfolk, Virginia homeport. The procurement aims to address deficiencies, execute new work items, and implement engineering changes while adhering to NAVSEA Standard Items and safety regulations. This opportunity is crucial for maintaining the operational readiness and compliance of naval vessels, ensuring they meet the required performance standards. Interested contractors should direct inquiries to Kurt Boyles at kurt.r.boyles.civ@us.navy.mil or Justin Rose at justin.p.rose6.civ@us.navy.mil, and are encouraged to review the attached solicitation documents for detailed requirements and submission guidelines.
USFF Barge (70PE9301)
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking contractors for routine repairs and modernizations of the USFF Barge (70PE9301) during a scheduled off-season stand-down from April to June 2025. The procurement aims to address material condition discrepancies and ensure the barge remains operationally ready. This opportunity is significant as it involves essential maintenance for naval operations, with a focus on compliance with federal contracting standards. Interested contractors must submit capability statements via beta.SAM.gov and ensure registration in the System for Award Management (SAM) to be eligible for contract award. For inquiries, contact Ben Bethel at benjamin.bethel@navy.mil or Chris Whiteside at christopher.d.white1@navy.mil.