Mooring Line
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 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Puget Sound is conducting market research through a Sources Sought notice to identify capable sources for Mooring Line. This effort aims to gather information on the availability and capability of qualified businesses to provide specific synthetic rope assemblies. Responses are due by January 27, 2026.
Scope of Work
NAVSUP FLC Puget Sound is seeking information on potential suppliers for various synthetic mooring line assemblies, as detailed in the attached specification sheet. The requirements include:
- Item 1: 1-5/8" x 100' Synthetic Rope Assembly (12-strand single-braid HMPE or equivalent, two 6-ft protective-covered eye splices, minimum breaking strength, UV/abrasion-resistant, floating line preferred).
- Item 2: 1-1/2" x 50' Synthetic Rope Assembly (12-strand single-braid HMPE or equivalent, thimble eye splice on each end, minimum breaking strength, UV/abrasion-resistant).
- Item 3: 1-1/2" x 100' Synthetic Rope Assembly (12-strand single-braid HMPE or equivalent, thimble eye splice on one end, soft eye splice on the other, minimum breaking strength, UV/abrasion-resistant). General requirements include splicing by qualified riggers, meeting cordage industry standards, manufacturer's certification of minimum breaking strength, and specific packaging.
Information Requested
Interested parties must submit a capability statement addressing:
- Company Information: Name, address, CAGE Code, and Point of Contact details.
- Business Status: Company size and socioeconomic classifications (e.g., Small Business, Veteran-Owned, HUBZone, SDB, WOSB).
- Capability: Description of ability to provide specified products, past performance (including contract numbers and POCs), and whether products are Commercial-Off-The-Shelf (COTS), modified COTS, or non-commercial, along with standard commercial warranty information.
- Market Information: Typical lead times and any other relevant data for market research.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Set-Aside: None specified
- Response Due: January 27, 2026, 10:00 PM EST
- Published: January 20, 2026
Submission Instructions
Capability statements and supporting documentation should be emailed to sara.e.robinson19.civ@us.navy.mil. The email subject line must be: "Response to Sources Sought Notice - N0040626QS122."
Additional Notes
This is for market research purposes only and is not a solicitation or commitment by the U.S. Government to issue a solicitation or award a contract. The Government will not pay for information received.