This is a Sources Sought Notice for the purpose of conducting a market survey for written information only. This is NOT a solicitation announcement for proposals and no contract will be awarded from this announcement. The Government will not reimburse any costs associated with providing information in response to this notice or any costs associated with requests for follow-up information.
The Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), Port Hueneme, CA, is seeking qualified contractors with relevant experience and capability to operate, maintain, and repair the Motor Vessel (M/V) INDEPENDENCE, which is owned by NAVFAC EXWC. The purpose of this notice is to seek qualified potential sources and obtain qualification statements from interested sources for performing the work described herein.
This is a requirement for operation, maintenance, and repair of the M/V INDEPENDENCE, a Government owned and contractor operated vessel. The contractor shall provide crewing and services necessary for NAVFAC EXWC to support its offshore missions from the M/V INDEPENDENCE.
The contractor’s primary effort is to operate the M/V INDEPENDENCE and maintain the vessel’s mission readiness. The contractor shall also provide properly credentialed crew, support personnel, facilities, and appropriate supervision to perform support services including navigation, operation, management, long-shoring, marine equipment design and fabrication, logistics, alterations, and dry-docking to the M/V INDEPENDENCE. The contractor may also be required to provide alternate or additional vessels and crews to support an offshore mission should the M/V INDEPENDENCE not be able to support the mission due to schedule conflicts, mechanical problems, or whenever an additional vessel is required for the mission. The work is expected to be performed primarily in the coastal waters of California, Oregon, and Washington. However, the area of operations is intended to be construed as descriptive and does not preclude the Government’s requiring the prosecution of voyages in other areas, or temporary berthing at other Government and commercial ports, both domestic and foreign.
The following are applicable to the total scope of services to be performed under this contract.
- Specific Services
- Operational Support
- Manning
- Master Responsibilities
- Security and Safety
- Additional Services
- Pre-Mission and Post-Mission Preparation
- Mission Maintenance
- Berthing and Messing
- Engineering Services
- Mission Readiness Sustainment
- Maintenance
- Preventative Maintenance (PM) Database
- Minor Repairs
- Major Repairs
- Operational Readiness
- Normal Security
- Dry-Docking
- INSURV
- Verification
- Management (i.e. liaison, logistics services, port services)
- Acquisition of Expendables, Consumables, and Hardware
- Mess Provisions
- Fuel and Lubricants
- Other Logistics Services
See the Performance Work Statement (PWS) for more detail of the requirements for each of the aforementioned scope.
The anticipated Period of Performance (POP) for this project is a 60-month ordering period (5 years) and an additional 6-month option period. Further details of this requirement can be found in the attached Performance Work Statement (PWS).
All interested sources are requested to complete the attached Sources Sought Information Sheet. The specific information NAVFAC EXWC seeks at this time are as follows:
- Name, brief description of company, and company’s technical capability. The capability statement shall not exceed five (5) pages and shall succinctly describe the company’s ability to fulfill the requirements described.
- Company’s relevant experience. Information on relevant experience shall not exceed two (2) pages. Discuss the company’s experience providing the type of services described, whether as a prime or subcontractor, and include the contracting agency and brief description of the contract scope of work.
- Current security clearance level held or company’s eligibility status for obtaining a security clearance.
It is anticipated that the primary North American Industry Classification System (NAICS) Code for this requirement is 488390 – Other Support Activities for Water Transportation, with a size standard of $47 million. All interested sources shall specify their business size standard. In addition, small business concerns shall also specify their small business socio-economic category (ies).
Please respond to this Source Sought Notice via e-mail to: Jadon Honour at jadon.g.honour.civ@us.navy.mil and Antonio Arias at antonio.m.arias.civ@us.navy.mil by 08 July 2025 at 1700 Pacific Standard Time. Please title your e-mail subject line “ACQR#6111528 SOURCES SOUGHT RESPONSE”. Responses received after the deadline or without the required information will not be considered.
Since this is a Sources Sought Notice, no debrief, evaluation letters, and/or results shall be issued to participants. No reimbursement shall be made for any costs associated with providing information in response to this announcement or any requests for follow-up information. This notice shall not be construed as a commitment by the Government for any purpose other than market research. Respondents shall not be notified with the results of the research.
All data in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. After review of the responses, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published on SAM.gov.
No telephone calls shall be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the integrity of a future procurement, if any, that may arise from this notice, the information regarding the technical point of contact shall not be provided, and appointments for presentations will not be made.