ANCILLARY SURFACE CRAFT SHIPPING

SOL #: N32205-SS-N103-26-103Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
MSCHQ NORFOLK
NORFOLK, VA, 23511-2313, United States

Place of Performance

AL

NAICS

Deep Sea Freight Transportation (483111)

PSC

Marine Charter For Things (V124)

Set Aside

No set aside specified

Timeline

1
Posted
May 1, 2026
2
Response Deadline
May 7, 2026, 2:00 PM

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 Military Sealift Command (MSC) Norfolk, Strategic Sealift Program Support Office, N103A, is conducting market research through this Sources Sought Notice to identify U.S. or foreign flag, self-sustaining vessels capable of transporting two Ancillary Surface Crafts (ASC). The primary purpose is to gather information on availability and pricing for this shipping requirement. Responses are due by May 7, 2026.

Scope of Work

MSC is seeking vessels capable of Float-On/Float-Off (FLO/FLO) and Lift-On/Lift-Off (LO/LO) operations. The cargo consists of two ASCs, each with a 500-ton displacement, 150' overall length, and 31.4' beam. The load port is Mobile, Alabama, with an Available Load Date (ALD) of November 15, 2026. Discharge will occur at an US Military Port in Okinawa, Japan. A 15-day layday window between ALD and LAD is required, and the cargo is designated as "last-on, first-off."

Contract Details

This is a market research request, not a solicitation for offers. The notice specifies MSC DRYVOY 2026 FLO-FLO and LO/LO terms. Contractors will be responsible for providing cradle, cribbing, blocking, and seafastening. Pricing and technical planning must be included in the fixed price. Other requirements include mutually appointed independent marine surveyors, cargo gas free certification prior to discharge, temporary toilet facilities for FLO/FLO operations, line handlers for ASC movements, and a security team per USCENTCOM AOR ATFP requirements. All operations must comply with the US Navy Towing Manual.

Eligibility / Set-Aside

The North American Industry Classification System (NAICS) code is 483111 (Water Transportation), with a small business size standard of 1,050 employees. Respondents are requested to indicate their small business standing. Large businesses are encouraged to provide details regarding potential sub-contracting opportunities.

Submission & Evaluation

Interested parties must provide detailed information on their vessel, including a complete description, execution plan, stowage area, route, predicted weather, vessel range, estimated load/discharge times, and voyage duration. A lump-sum price is requested, covering loading, stowing, securing, discharging, independent marine surveyor costs, securing gear, detention rates, and reimbursable daily pricing for CST and intended disembark location. Company information, including name, contact details, small business standing, and Unique Entity Identifier, is also required. Responses must be submitted via email by 1000 Eastern Time on Thursday, May 7, 2026. This is for planning purposes only; the government will not pay for response preparation costs.

Additional Notes

ASC drawings are available upon request. The US Navy Towing Manual can be downloaded from the provided URL.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: May 1, 2026
ANCILLARY SURFACE CRAFT SHIPPING | GovScope