MFR VBSS Marine Boarding Ladders
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 / Marine Force Reserves is soliciting quotes for specialized Marine Boarding Ladders to support Visit, Board, Search, and Seizure (VBSS) operations. This procurement is a Total Small Business Set-Aside intended for Force Recon Company, 4th Recon Bn, to support OCONUS exercises and training. Quotes are due February 9, 2026.
Scope of Work
The contractor shall provide boarding ladders that meet specific tactical and safety requirements for maritime operations. Key technical specifications include:
- Deployment & Design: Pole-style ladders with steps (preferred over box ladders) deployable to a freeboard height of 30 feet.
- Portability: Must collapse to maximum 2-meter sections for stowage on small craft; sections must be connectable while wearing gloves in low visibility.
- Load Capacity: Minimum Breaking Load (MBL) of at least 4,000 lbs to support Marines with full combat loads (avg. 260 lbs).
- Materials: Lightweight, packable materials; carbon fiber is preferred for weight reduction, durability, and dive-ability.
- Tactical Features: Built-in spacers/legs with rubber covers to prevent audible compromise and provide a 1-foot purchase from the hull; compatible with wire caving ladder attachments.
Contract & Timeline
- Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business (NAICS 332999)
- Delivery: Requested by April 1, 2026
- Questions Due: February 6, 2026, at 11:00 AM CST
- Response Due: February 9, 2026, at 11:00 AM CST
- Place of Performance: New Orleans, LA
Evaluation
Award will be made based on a best-value determination considering Price, Technical Acceptability, and Past Performance. Technical Acceptability and Past Performance are considered equal in importance to Price.
Additional Notes
Offerors must be registered in SAM.gov and utilize Wide Area WorkFlow (WAWF) for payment processing. The solicitation incorporates standard FAR and DFARS clauses, including requirements for Item Unique Identification and Valuation.