SEABOSS
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 US Marine Corps, Blount Island Command (BIC) is conducting a Sources Sought to identify qualified sources for Surf Entry and Barge Offload Sustainment Services (SEABOSS). This involves providing Intermediate and Depot Level maintenance support for Navy assets at Marine Corps Support Facility- Blount Island (MCSF-BI), Jacksonville, FL. The government is seeking companies with the necessary facilities, capabilities, and certifications to perform this work. Responses are due by February 14, 2026, 4:00 PM EDT.
Scope of Work
The requirement focuses on corrective maintenance, repair/overhaul, System Alterations (SYSALTS), and associated logistical support for Navy assets supporting the Maritime Prepositioning Force Program. Key assets include:
- Navy tactical assets: Improved Navy Lighterage System (INLS), Landing Craft-Mechanized (LCM), Maritime Prepositioning Force Utility Boat (MPF UB), Lighter, Amphibious Resupply Cargo (LARC), Amphibious Bulk Liquid Transfer System (ABLTS), and their associated containerized asset Capability Sets (CAPSETs).
- Organic Navy assets: Navy Lighterage sections, gangways, brows, drydocking stands, portable access staircases, Material Handling Equipment (MHE), Weight Handling Equipment (WHE), Mobile Boat Hoists (MBH), Heavy Lift Transporters (HLT), Rough Terrain Crane (RTC), Environmental Control Units (ECU), portable Generators, work boats, and maintenance tents. Work disciplines encompass steel fabrication, welding, mechanical, machining, ship fitting, hydraulics, electrical, electronic, surface conditioning (blasting/mechanical), selective coating systems (painting/non-skidding), equipment transport, and other logistic support services. The scope may also include short-notice emergent repairs.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified
- Response Due: February 14, 2026, 4:00 PM EDT
- Published: January 15, 2026
Place of Performance
Intermediate level work will typically be performed at MCSF- Blount Island or the Contractor's facility. Depot level maintenance may be performed at MCSF- Blount Island or typically requires Navy assets to be transported to the Contractor's facility and/or shipyard. All personnel working on-site at Blount Island Command must qualify for base access.
Submission Requirements
Interested companies must provide objective documentation of their capabilities and certifications, such as capabilities statements and company brochures. The response package should include:
- Company profile
- Number of employees
- Office location(s)
- CAGE code
- Relevant past performance and experience related to the attached scope of work.
Additional Notes
This is a Sources Sought notice for market research and acquisition planning; it is not a Request for Quotes and does not guarantee a future contract. The Government will not pay for information submitted. Registration in SAM.gov is required for any subsequent contract award. All questions must be submitted in writing to the listed contacts; telephonic inquiries will not be accepted.