42-Day Special Time Charter Cable Vessel
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy's Military Sealift Command (MSC) is conducting market research through a Sources Sought Notice (N32205-SS-PM4-26-047) to identify potential sources for a 42-day special time charter of a Jones Act qualified cable laying vessel. This vessel is required to perform complex cable laying operations, including landing and laying telecom cable and over-boarding operations with accurate seafloor placements. Responses are due by February 17, 2026, at 1300 Eastern Time.
Purpose & Scope
This Sources Sought Notice is for market research purposes only, aiming to gather information on the price and availability of suitable vessels. The MSC requires a vessel capable of supporting 42 days of operations, including mobilization and demobilization, for cable laying activities.
Key Requirements
- Vessel Type: Must be Jones Act qualified and U.S.-flagged.
- Operational Capabilities: Capable of landing and laying telecom cable, performing complex over-boarding operations, and supporting umbilical, array, and TUC system deployment.
- Operational Duration: 42 days, from February 15, 2027, to March 29, 2027.
- Personnel Support: Provide berthing and victuals for eight (8) additional personnel.
- Specific Operations: Load-out of trunk and cathode cable, transit to Port Canaveral, FL, transit to Andros Island, Bahamas, cable landing, deployment of trunk cable to specified depth, deployment of two umbilical systems, and deployment of temporary arrays.
- Vessel Specifications: Minimum 10 knots transit speed, sustained underway capability for 42 days, DP1 (DP2 preferred) propulsion, minimum 11,000 sq. ft. deck storage.
- Mission Equipment: The Sponsor will provide mission equipment (SME). The contractor is responsible for loading, securing, stowing, and offloading any remaining SME.
- Vessel Gear: Ship's crane (at least 10-ton load), two tugger winches (20-ton capability), linear cable engine (at least 20-ton lift), and a large cable drum.
- Messing & Berthing: Four galley-prepared meals daily, hotel services for eight government/non-crew personnel, deck cooler, and berthing for up to 8 personnel with separate or independent showers.
- Communications: Satellite phone, position reporting, and internet-based maritime network with specified speeds.
- Delivery/Redelivery: Delivery Port: Newington, NH; Redelivery Port: Port Canaveral, FL.
Submission & Eligibility
- Response Deadline: February 17, 2026, at 1300 Eastern Time.
- Submission Method: Via email to CHRISTOPHER.A.TOMLIN5.CIV@US.NAVY.MIL.
- Information Requested: Vessel name/description, daily charter rate, delivery/redelivery bonus, earliest availability, fuel consumption, company information (name, phone, email, CAGE code), small business standing, and unique entity identifier.
- Set-Aside: This is market research. Respondents are asked to indicate if they are a small business concern under NAICS 483111 (Water Transportation, 1,050 employees size standard). The vessel must be Jones Act qualified.
Notes
This is a Request for Information only and does not constitute an offer. The government will not reimburse costs for response preparation. Feedback on draft PWS specifications is welcomed. The point of contact for this notice is Matthew Price.