SeaPort CNSP - Readiness Assistance Training Team (RATT) 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 Department of the Navy, NAVSUP Fleet Logistics Center San Diego, is conducting market research for Readiness Assistance Training Team (RATT) Support Services. This Sources Sought notice aims to identify capable vendors to provide non-personal services for expert-level mentorship, assessment, and training to U.S. Navy surface ship crews, enhancing material readiness and operational proficiency. This requirement is anticipated to be a SeaPort-NxG Task Order with a potential five-year period of performance. Capability statements are due by May 8, 2026, at 10:00 AM PST.
Scope of Work
The RATT program requires support to enhance a ship's organic proficiency and capabilities through direct support, tailored training, and material issue resolution. Key services include:
- Providing six (6) RATT visit teams and one (1) Organic Repair Capability Assessment (ORCA) team, plus Program Management.
- Conducting ship visits to improve technical knowledge, organic repair capability, operational understanding, and overall readiness.
- Deploying Subject Matter Experts (SMEs) with extensive naval experience (20+ years), including former Commanding Officers, Chief Engineers, and senior enlisted leaders.
- Supporting various ship classes (LSD, LPD, MCM, LCS, DDG, CG, FFGX, LHA, LHD, LCC).
- Performing comprehensive material condition assessments, reviewing maintenance processes, and providing feedback on crew proficiency and material readiness.
- Conducting ORCA assessments to evaluate ship self-sufficiency in repairs, focusing on HM&E systems, workshop needs, manning, and training deficiencies.
- Performing Root Cause Analysis (RCA) for equipment failures. Performance will primarily occur aboard Navy ships in CONUS (San Diego, CA; Everett, WA) and OCONUS (Pearl Harbor, HI; Sasebo, Japan; Yokosuka, Japan; Singapore).
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Vehicle: SeaPort-NxG Task Order
- Anticipated Duration: One-year base period (Sep 30, 2026 - Sep 29, 2027) and four (4) one-year option periods, totaling five (5) years (through Sep 29, 2031).
- Current Incumbent: Gryphon Technologies, L.C. (SeaPort task order N00244-21-F-3025).
- Response Due: May 8, 2026, at 10:00 AM PST.
- Published Date: May 2, 2026.
Key Requirements & Challenges
Respondents must specifically address their ability to meet critical program challenges:
- Cleared Personnel: Ability to source, hire, and provide a workforce with required SECRET security clearances at contract award, ready for day-one performance. All personnel must be U.S. Citizens.
- Highly Qualified and Experienced Workforce: Approach to recruiting and retaining uniquely qualified personnel meeting extensive experience requirements (e.g., 15-25+ years naval experience), capable of sustained high-quality performance during extensive shipboard embarkations.
- Extensive Travel Execution: Corporate capability to manage and execute significant CONUS and OCONUS travel, including associated logistics and costs, for a globally dispersed fleet.
- Contractor must furnish all supplies, equipment, facilities, and services, and report labor hours via ECMRA.
Submission Details
Interested parties should submit a capability statement (no more than six (6) pages) demonstrating ability, experience, and knowledge. Submissions should also include business size, socioeconomic status, CAGE code, and any PWS revisions/comments. For potential small business set-asides, detail teaming arrangements and subcontracting percentages, noting FAR clause 52.219-14. Submit to: Ms. Christine Jordan at christine.jordan@navy.mil.
Additional Notes
This is a sources sought for market research purposes only. It is not a request for proposal or a commitment to contract. The Government will not assume liability for costs incurred in preparing responses.