Ship’s Modernization and Sustainment Program Waterfront Support- SEAPORT MAC HOLDERS
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 Surface Warfare Center, Philadelphia Division (NSWCPD) is conducting a Sources Sought to identify qualified Small Business Seaport MAC holders capable of providing Ship’s Modernization and Sustainment Program Waterfront Support. This includes oversight for Hull, Mechanical and Electrical (HM&E) new acquisition, modernization, and sustainment programs. Responses are due by January 28, 2026, at 3:00 PM EST.
Scope of Work
The contractor will provide non-personal services for comprehensive support and oversight of HM&E New Acquisition, Ship’s Modernization and Sustainment programs. This involves managing programs during waterfront maintenance periods, ensuring equipment tests, providing status updates, and overseeing installations across various ship types (e.g., DDG modernization, ECDIS-N, Submarines, Aircraft Carriers, CG modernization, LHD mid-life, LPD, Aegis Ashore, CSSOT). Key tasks include schedule management, material verification, test procedure coordination, on-site engineering support, work package review, witnessing installations, liaison activities, database development, and logistics support.
Contract & Timeline
- Type: Sources Sought (anticipated Seaport Task Order)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 541330 (Engineering And Technical Services)
- Anticipated Contract Type: Cost Plus Fixed Fee - Level of Effort
- Anticipated Period of Performance: 5 years (1 base + 4 option periods)
- Anticipated RFP Issuance: FY27 via PIEE Solicitation Module (PSM) and SAM.gov
- Response Due: January 28, 2026, 3:00 PM EST
- Published: January 13, 2026
Place of Performance
Support will be required at various U.S. Navy surface ship homeports and building yards, including CONUS and OCONUS locations such as Norfolk, VA; Mayport, FL; Bremerton, WA; Pearl Harbor, HI; and Japan (Sasebo, Yokosuka). Performance may also occur onboard U.S. Navy, Military Sealift Command (MSC), and Coast Guard vessels.
Evaluation
Interested Small Business concerns (including HUBZone, 8(a) SDB, SDVOSB) should submit a Capability Statement (maximum 10 pages) focusing on:
- Ability to manage tasking as a prime contractor.
- Technical ability to perform at least 50% of the cost with own employees.
- Capacity to conduct the requirements (magnitude, equipment, facilities, staff size).
Additional Notes
This is a Sources Sought notice for informational purposes only and is not a Request for Proposal (RFP). It does not constitute a solicitation or a commitment by the Government. Responses are voluntary. Incumbent contractors include Green XT, Ghostrock, Noblis, and Life Cycle Engineering. A CONFIDENTIAL Facility Clearance (FCL) may be required, and U.S. citizens are required for all personnel.