T-EPF vessel return to full service
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 Military Sealift Command, Norfolk (Department of the Navy), has issued a Request for Information (RFI) to identify qualified shipyards for pier-side availabilities and Regular Overhaul and Dry Dockings (ROH/DDs) on six T-EPF vessels. This RFI, designated as a Total Small Business Set-Aside, seeks industry capabilities for ride control system alterations and associated work. Responses are due by May 27, 2026. This is not a solicitation, and no contract will be awarded from this notice.
Scope of Work
The requirement involves two phases per vessel: approximately 60 days for pier-side availability and 153-154 days for ROH/DD, with an estimated four months on dock for ride control system alteration. Vessels are anticipated to transit from pier-side locations (Fairwinds Landing, Norfolk, VA; Port of Orange, Orange, TX) to a contractor's dry dock facility on the U.S. East or Gulf Coast for the ROH/DD. The six T-EPF vessels include USNS YUMA, NEWPORT, BRUNSWICK, BURLINGTON, CARSON CITY, and TRENTON, with projected schedules spanning from March 2027 to December 2028. Vessel characteristics include a length of 103m, breadth of 28.5m, and draft of 3.91m.
Information Requested
Interested shipyards are requested to submit a capabilities package demonstrating their ability to perform the work. This package should address:
- Company Profile: Employee count, office locations, UEI, CAGE Code, and small business designation.
- Facility Description: Location and description of the facility where the work will be performed.
- Business Size: Indication of large/small business status and socioeconomic category (e.g., HUBZone, SDVOSB, WOSB) under NAICS Code 336611 (Ship Building and Repair), which has a size standard of 1,300 employees.
- Partnerships: Details on teaming, joint ventures, or mentor-protégé agreements.
- Schedule Deviations: Any recommended changes to the stated schedule.
- Subcontractors: Identification of qualified aluminum welding subcontractors.
- Mobilization Capability: Ability to mobilize to pier-side availability locations.
- Capacity: Capability to perform two availabilities concurrently.
Contract & Timeline
- Opportunity Type: Special Notice (Request for Information)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336611 (Ship Building and Repair)
- Response Due Date: May 27, 2026, 8:30 PM EDT
- Published Date: May 15, 2026
Submission Details
Responses and/or questions should be submitted via email to damian.w.finke.civ@us.navy.mil. Submission of a capabilities statement is not a prerequisite for any potential future offerings, and the Government will not pay for any information received.