USNS WALLY SCHIRRA - FY 26 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, through Military Sealift Command (MSC) Norfolk, is conducting a Sources Sought to identify potential sources for a Mid-Term Availability (MTA) for the USNS WALLY SCHIRRA (T-AKE 8). This market research aims to gather information on industry capabilities for ship repair services on the West Coast. Responses, including a capabilities package, are due by March 20, 2026, at 2:00 PM EST.
Scope of Work
The MTA for the USNS WALLY SCHIRRA is scheduled to commence on or about October 26, 2026, and conclude by December 14, 2026. The work will be performed at a contractor's facility on the West Coast. Major work items identified include:
- Clean and gas-free tanks, voids, cofferdams, and spaces.
- Mooring structure preservation (10 YR).
- Fire doors and shutters (1 YR).
- Annual lifeboat inspection.
- Woodward governors maintenance.
- Automation and propulsion control inspection and test (1 YR).
- Topside cradles and foundations preservation (10 YR).
- Machinery space turn-over dock trials and sea trials.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Product Service Code: J999 (Non Nuclear Ship Repair (West))
- NAICS Code: 336611, Ship Building and Repair (Size Standard: 1,300 employees)
- Period of Performance: October 26, 2026 - December 14, 2026
- Solicitation Issuance Target: March 28, 2026
- Response Due: March 20, 2026, 2:00 PM EST
- Published: March 5, 2026
- Set-Aside: None specified (requesting small business status information)
Submission Requirements
Interested firms must submit a capabilities package demonstrating their ability to perform similar work. The package should include:
- Company Profile (employees, locations, UEI, CAGE Code, small business status).
- Description and location of the facility where work will be performed.
- Indication of business size and socioeconomic category (large, small, HUBZone, SDVOSB, WOSB, etc.).
- Information on partnerships, teaming, joint ventures, or mentor-protégé agreements.
Additionally, a Use and Non-Disclosure Agreement (NDA) for Government Technical Data (J-14-TechnicalNDA.pdf) is provided, outlining terms for accessing and using sensitive technical data for proposal preparation. This NDA is a mandatory requirement for potential bidders.
Important Notes
This is not a solicitation or request for proposals, and no contract will be awarded from this notice. Submission of a capabilities statement is not a prerequisite for future offerings, and the government will not pay for any information received. This sources sought will assist the Government in determining available shipyards.