SURTASS-E Option Exercise Sources Sought
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, Military Sealift Command (MSC), is conducting a Sources Sought (RFI) to determine industry capability and interest in providing a SURTASS-E Support Vessel for a long-term time charter. This RFI aims to assess the feasibility of exercising an option for a vessel capable of towing an acoustic array for U.S. Navy Operations. The primary place of performance for delivery is Norfolk, VA. Responses are due by April 21, 2025.
Scope of Work
The U.S. Navy requires a vessel to tow a passive acoustic monitoring system at 4-6 knots, 24 hours/day, for events up to 45 days, requiring precise straight-line towing and heading stability. Key requirements include:
- Vessel Specifications: U.S. flagged or foreign flagged (to be reflagged U.S. prior to delivery), IACS member classification, U.S. Flagged status, and Certificate of Inspection (COI).
- Operational Capabilities: Worldwide operations across all ocean basins (excluding ice-breaking areas), with the ability to sustain the vessel globally.
- Crew & Security: All crew must be U.S. citizens, and deck officers must hold a U.S. SECRET security clearance. Strict access control and security measures are mandatory.
- Accommodations: Berthing, victualing, and accommodations for 30 SURTASS-E personnel (4 officers, 26 unlicensed) within the ship's structure.
- Deck Space & Utilities: Minimum 4800 sq ft of clear weldable deck area for mission system vans and winch, plus 710 sq ft for a walkway. Specific stern area (36 ft x 50 ft) for deployment/retrieval, a 17 ft wide chute opening, and 3000 sq ft of remaining deck space. Requires 150 kW of 480 VAC, 3-phase power, and provision for non-potable freshwater and seawater.
- Technical Compliance: Emergency medical services, fire-fighting capabilities, compliance with intact and damage stability criteria, and specific underwater noise requirements per ABS Guide.
Contract & Timeline
- Opportunity Type: Sources Sought (Request for Information)
- Product Service Code: V124 (Marine Charter For Things)
- Period of Performance (Options): Option 3: 365 days (May 22, 2026 - May 21, 2027); Option 4: 335 days (May 22, 2027 - April 22, 2028).
- Layday Commencing/Canceling: May 22, 2026.
- Response Due: April 21, 2025, at 1300 Eastern Time.
- Published: April 14, 2026.
Submission & Evaluation
This is an RFI for market research purposes and does not constitute an offer. Responses will inform the government's decision on exercising the option. Interested parties must provide specific company and ship information, including daily rates for firm and option periods. Offerors may propose alternative solutions for consideration.
Eligibility
Vessels must be U.S. flagged or capable of being reflagged U.S. prior to delivery. All crew must be U.S. citizens.