Barge O-Level Maintenance
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
NAVSUP Fleet Logistics Center San Diego is conducting a Sources Sought for Barge O-Level Maintenance to support the COMPACTFLT Berthing and Messing Program. This market research aims to identify capable sources, with a potential for a small business set-aside. The anticipated contract will include a one-year base period and four one-year option periods. Responses, including capability statements and PWS feedback, are due by May 11, 2026, at 12:00 PM PST.
Scope of Work
The requirement involves providing operational level (O-Level) maintenance, service calls, system/equipment familiarization, and port husbandry services for Service Craft (Non-Self-Propelled) Berthing Barges. The objective is to maintain Quality of Life (QOL) standards for berthing and messing crews during Chief of Naval Operations (CNO) scheduled maintenance. Services include preventive and corrective maintenance, inspections, servicing, and minor repairs. This effort specifically excludes Barge Depot Level (D-Level) maintenance or complete equipment replacement. Work locations span the Pacific Northwest (WA), Pacific Mid-West (OR), Pacific Southwest (CA), Middle Pacific (HI), Western Pacific (Japan), and Guam.
Contract & Timeline
- Type: Sources Sought (for market research). Anticipated contract type is Cost-Plus-Fixed-Fee (CPFF).
- Duration: One-year base period plus four one-year option periods, totaling five years if all options are exercised.
- NAICS: 33661 (Small Business Size Standard: 1,300 employees).
- Set-Aside: Not yet determined; potential for a small business set-aside based on market research. If set-aside, FAR 52.219-14 (Limitations on Subcontracting) will apply.
- Response Due: May 11, 2026, 12:00 PM PST.
- Questions Due: May 1, 2026.
- Published: April 21, 2026.
- Current Contract: This is a follow-on to N00244-21-C-0003, which ends November 13, 2026.
Submission Requirements
Interested parties must submit a Capability Statement (maximum five pages) demonstrating their ability, experience, and knowledge. Feedback on the attached draft Performance Work Statement (PWS) is also requested. Submissions should include business size, socioeconomic status, CAGE code, details on teaming arrangements, and anticipated subcontracting percentages.
- Email: patricia.castillo26.civ@us.navy.mil
- Reference: N00244-26-R-0001
Information Requested
Capability statements should include:
- Corporate Description: Firm name, size status (registered in NAICS code), ownership, small business certifications (e.g., 8(a), WOSB, HUBZone, SDVOSB), points of contact, CAGE Code, UEI, DUNS Number, affiliate information, and facility clearance level.
- Corporate Experience: One to three relevant citations (prime or joint venture) from the last four years, demonstrating similar services, complexity, dollar value, contract type, and subcontracting/teaming.
Important Notes
This is solely for market research; it is not a request for proposal or a commitment by the Government. Costs incurred in response to this notice will not be reimbursed.