Non-Standard Maritime 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 US Special Operations Command (USSOCOM), specifically SOCNORTH PB, is soliciting proposals for the lease of a Non-Standard Maritime Vessel to support Department of Defense missions and exercises in Prince William Sound, Alaska. This is a Combined Synopsis/Solicitation issued as an RFP under a Total Small Business Set-Aside. Proposals are due January 29, 2026, at 10:00 AM.
Opportunity Details
This requirement, identified as "Arctic Edge 26 Non-Standard Maritime Vessel," seeks a fully operational and seaworthy "bareboat-style" maritime vessel. The Government will provide its own cleared vessel captain. The awarded contractor will be responsible for arranging and paying for all required port services, including pier space, fueling, harbor movements, and boat operations in Port Valdez, AK.
Scope of Work
The vessel will operate primarily in Prince William Sound, Alaska, and within a 100-nautical-mile radius of Whittier, Cordova, and Valdez, AK. Key responsibilities include:
- Providing a vessel built in 2000 or newer (or with a recent marine survey), U.S. flagged, and compliant with all relevant certifications (Coast Guard, MARPOL, SOLAS).
- Ensuring the vessel is structurally, mechanically, and electronically sound, with 24-hour accessibility to Port Valdez.
- Maintaining the vessel for rapid refueling, loading/unloading, and capable of supporting up to 12 hours underway per day.
- Covering the cost of fuel consumed and performing all routine and corrective maintenance.
- Providing specific technical capabilities: minimum 70 feet OAL, twin main propulsion engines, station-keeping, 9 knots cruise speed, 500 NM range, and capacities for 2,000 gallons fuel, 100 gallons fresh water, and 100 gallons holding.
- Accommodating mission requirements with enclosed seating for 6, sleeping berths for 10, workspace for 6, secure storage, and power integration for government equipment.
- Ensuring the vessel is not equipped with active audio or video recording devices.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: Date of Award through March 11, 2026.
- Vessel Lease & Service Delivery: February 23, 2026, to March 10, 2026.
- Set-Aside: Total Small Business (NAICS 532411, Size Standard $46M)
- Offer Due Date: January 29, 2026, 10:00 AM
- Place of Performance: Valdez, AK
Submission & Evaluation
Proposals must include a completed SF1449 and proof that the vessel meets the requirements outlined in the Statement of Work. The award will be made to the responsible offeror whose proposal is most advantageous to the Government, based on PRICE ONLY. The SOW (Attachment 1) takes precedence over other documents.
Contact Information
For questions, contact TSgt Ashton Smith at ashton.g.smith.mil@socom.mil or 719-723-6413.