USNS LARAMIE (T-AO 203) MTA
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 / MSCHQ NORFOLK has issued a Presolicitation for the Mid-Term Availability (MTA) of the USNS LARAMIE (T-AO 203). This effort involves preparing for and accomplishing necessary ship repairs and maintenance. The anticipated period of performance is from June 28, 2027, to September 11, 2027. This opportunity is a Total Small Business Set-Aside.
Scope of Work
The contractor will be responsible for preparing and executing the mid-term availability for the USNS LARAMIE (T-AO 203) in accordance with the solicitation and work item package. The place of performance will be the contractor's facility, located on the East or Gulf Coast, due to operational and national security considerations. The work falls under Product Service Code J998 (Non Nuclear Ship Repair).
Contract & Timeline
- Opportunity Type: Presolicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Anticipated Performance: June 28, 2027 – September 11, 2027
- Solicitation Release: On or about April 1, 2026
- Published Date: March 12, 2026
Additional Notes
The decision to solicit as a Total Small Business Set-Aside was based on market research indicating an expectation of receiving proposals from two or more small businesses, with concurrence from the MSC Office of Small Business and SBA PCR.
To access the work item package and government-furnished technical data, interested parties must complete and return a Non-Disclosure Agreement (NDA). The provided NDA document, J-14-TechnicalNDA.docx, outlines terms for accessing technical data, specifically mentioning USNS ROBERT F KENNEDY (T-AO 208), for proposal preparation and contract performance. Bidders must agree to restrictions on data dissemination, comply with export controls, and establish organizational controls. Flow-down NDAs for subcontractors are mandatory.
The solicitation will be made available through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Questions or comments regarding this notice should be directed to the primary point of contact, Samuel N. Queen, at samuel.n.queen2.civ@us.navy.mil or 564-226-7555.