Operation, Maintenance, and Repair of Motor Vessel Independence (M/V Independence Support)
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 Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) intends to issue a Request for Proposal (RFP) for an Indefinite Delivery, Indefinite Quantity (IDIQ), single award contract for the Operation, Maintenance, and Repair of the Motor Vessel Independence (M/V Independence). This presolicitation is a Total Small Business Set-Aside with an estimated value of $65,000,000.00. The M/V Independence supports NAVFAC EXWC's Research, Development, Testing and Evaluation (RDT&E) missions. Responses are due by May 19, 2026.
Scope of Work
The contractor will provide comprehensive services for the M/V Independence, including:
- Vessel Operation & Maintenance: Furnishing an 11-person credentialed crew, support personnel, and facilities to ensure mission readiness. This includes predictive, preventive, and corrective maintenance in accordance with USCG, ABS, and OEM standards.
- Mission Support: Supporting offshore missions such as oceanographic surveys, environmental data collection, naval exercises, and Remotely Operated Vehicle (ROV) operations.
- Engineering Services: Providing engineering for vessel alterations (structural, mechanical, electrical, instrumentation) to accommodate project equipment, including analysis of loading and stability.
- Logistics: Arranging all logistic services for at-sea and port operations, including expendables, consumables, and hardware.
- Dry-docking & Security: Performing required dry-docking for ABS certification and maintaining security aboard the vessel, including watch-standing. Personnel may require Top Secret security clearances with SCI Eligibility.
- Place of Performance: Primarily coastal waters of California, Oregon, and Washington, with potential for domestic and foreign ports.
Contract & Timeline
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ), single award.
- Set-Aside: Total Small Business Set-Aside (NAICS 488390, size standard $47M).
- Duration: A base period of sixty (60) months (5 years) with an optional 6-month extension.
- Estimated Value: $65,000,000.00.
- Response Date: May 19, 2026, 4:00 PM PST.
- Published Date: May 4, 2026.
- Incumbent: This contract replaces a similar service contract (N39430-21-D-2229) ending September 9, 2026.
Evaluation
Award will be based on source selection procedures requiring Offerors to submit a Technical Approach, Management Approach, Safety, Past Performance, and Cost.
Additional Notes
The full solicitation and attachments will be available on SAM.gov (under "contract opportunities") and the Solicitation Module at PIEE.eb.mil. Offerors must be registered in SAM.gov to receive an award. All questions should be directed via email to Jadon Honour (jadon.g.honour.civ@us.navy.mil) and Antonio M. Arias (antonio.m.arias.civ@us.navy.mil).