SOURCES SOUGHT
19 -- New Construction Offshore Support Vessels (OSVs) for Navy Fleet Support
- Notice Date
- 8/18/2025 6:49:41 AM
- Notice Type
- Sources Sought
- NAICS
- 336612
— Boat Building
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-25-R-2232
- Response Due
- 9/15/2025 2:00:00 PM
- Archive Date
- 09/30/2025
- Point of Contact
- Olivia Wisont, Temika Morris
- E-Mail Address
-
olivia.s.wisont.civ@us.navy.mil, temika.m.morris.civ@us.navy.mil
(olivia.s.wisont.civ@us.navy.mil, temika.m.morris.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- PURPOSE This Request for Information (RFI) is being issued by the Naval Sea Systems Command (NAVSEA), on behalf of the U.S. Navy and Foreign Military Sales Boats and Craft Program Office (PMS300) to meet the requirements of multiple support craft acquisitions. PMS300 is conducting general market research as the Navy seeks to understand the cost, schedule and interest in the following acquisition approaches: New Construction Offshore Supply Vessel (OSV) Program - Direct NAVSEA contract for new vessel construction Vessel Construction Manager (VCM) - Contractor-managed new construction approach Vessel Acquisition Manager (VAM) - Contractor-managed purchase and conversion of existing commercial OSVs This RFI is for planning purposes only. DESCRIPTION The Navy requires ocean-going vessels to meet the test and training needs of the Fleet. Vessels will be built to commercial standards, American Bureau of Shipping (ABS) classed, issued a United States Coast Guard (USCG) Certificate of Inspection (COI), and comply with statutory regulations including the International Convention for the Prevention of Pollution from Ships (MARPOL), the International Regulations for Preventing Collisions at Sea, (COLREGS), and Safety of Life at Sea (SOLAS). The Navy intends to leverage a proven commercial design to the greatest extent practicable with modifications to meet mission/user�s requirements. Common routine operations required of these vessels include: Launch and recovery of boats, unmanned vehicles, and targets Underwater range maintenance Embarkation of a variety of deck cargo arrangements including boats, CONEX containers, target launch and recovery systems. Sustained operations (up to 30 days) in a combination of transiting, low-speed operations, and on-station tasking. The Navy does not require dry bulk, brine, liquid mud, rig fuel, rig water, methanol, or other offshore service infrastructure typical of OSVs. Please see Attachment (1) for a detailed description of the characteristics for two notional vessels for use in the RFI response development. INSTRUCTIONS TO INTERESTED PARTIES Interested parties are free to submit any information that may assist the Navy in its market research. All interested parties, including but not limited to capable small businesses, are encouraged to respond to this RFI. Unlike select recent efforts, respondents to this inquiry are NOT REQUIRED to be shipbuilders themselves, however shipbuilder are invited to respond. If a responding party is not a shipbuilder, they are requested to provide supporting information identifying the teaming shipbuilder and the teammate�s capacity to support the effort. There is no page requirement/limit and a detailed proposal is not requested. Submission in PDF format is desired. Drawings sized to 8.5�x11� or 11�x17�. All other documentation sized to 8.5�x11�. The following information is requested (Please use as a checklist): I. Vessel and Company Information Provide data and/or information on existing vessel designs that approximately meet the key requirements identified in Table 1. If the proposed vessel does not meet an attribute or requirement then provide information on modifications required to address the requirement shortfall. If available, please include specification sheet, general arrangement drawings, and photographs of candidate vessels. Provide a description of the company's relevant OSV design/construction and Government experience. If the respondent is a, provide a description of shipyard (whether of the respondent or shipbuilder teammate) construction facilities including launchway, facility and dry dock certifications. Provide company contact information. Provide size of company as small or large. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 336612, Boat Building. Small Business Size Standard for this acquisition is 1,000 Employees. If your company is a small business please note whether you are HUB Zone, Service Disabled Veteran Owned Small Business, 8(a), or Women Owned Business. II. Acquisition Approach Information Additionally, please provide the following technical data based on the new construction approach provided in the overview section. Assume contract award in July 2026 for estimating purposes. Rough order of magnitude (ROM) price for design, construction and delivery of a vessel meeting the requirements above. Request details on design, material, labor, and other significant cost drivers so that the Navy can get a better understanding of the cost composition. Estimated schedule to design, construct, and deliver of a vessel meeting the requirements above. Provide information on the projected lead time for long-lead materials and equipment, considering current supply chain conditions. Feedback on the advantages and disadvantages of a new construction approach given the cost, schedule, and industrial base compared to a vessel conversion approach. Note: As a reminder interested parties do not have to meet all requirements listed in this RFI to submit a response. All responses received will be reviewed by the Government. Submissions should be emailed to Ms. Temika Morris, PMS 300G, at temika.m.morris.civ@us.navy.mil with copy to Mr. Steve Noel, NAVSEA 02 at steven.w.noel.civ@us.navy.mil, and Ms. Olivia Wisont, NAVSEA 02 at olivia.s.wisont.civ@us.navy.mil. The response file shall be in PDF format, with file name including reference number N00024-25-R-2232 and your company name. Responses are requested by 15 September 2025. Please submit any questions concerning this announcement via email to Ms. Temika Morris, Mr. Steve Noel, and Ms. Olivia Wisont at the above addresses. DISCLOSURE This is a Request for Information (RFI) notice only. This is not a request for proposal (RFP) and a formal solicitation is not available at this time. This notice does not constitute a commitment by the Government to issue an RFP, contract, or order. This RFI is for informational planning purposes, and it is not to be construed as a commitment by the Government for any actual procurement of supplies or services, nor does it commit the Government to contract for any supply or service. The Government will not pay for any effort expended or any material provided in response to this announcement. All costs associated with responding to this RFI are solely at the responding parties' expense. This RFI is open to all U.S.-only interested parties. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for, any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued, except that incomplete, or the absence of, responses from small business will inform a determination on whether there is an expectation for small business participation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9f710c54e8b148909157c9130fa8f793/view)
- Place of Performance
- Address: Washington Navy Yard, DC 20376, USA
- Zip Code: 20376
- Country: USA
- Zip Code: 20376
- Record
- SN07555878-F 20250820/250818230053 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |