V--Vessel Atlantic Ops Physical Inspections RFI
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 Interior (DOI), specifically the Bureau of Safety and Environmental Enforcement (BSEE), is conducting early market research through this Request for Information (RFI) for a future requirement titled "Vessel Atlantic Ops Physical Inspections." The RFI seeks industry capabilities for providing a Walk-to-Work (W2W) / articulated gangway-equipped offshore vessel for physical inspections on the Atlantic Outer Continental Shelf (OCS). This is for planning purposes only and is not a solicitation. Responses are due June 8, 2026.
Scope of Work
The DOI is seeking information on vessels capable of:
- W2W Operations: Equipped with a motion-compensated gangway to transfer personnel to deck heights up to 24.63 mMSL.
- Endurance: Supporting 45-day continuous charter periods and up to 21-day excursions without returning to port, visiting up to 93 offshore facilities.
- Accommodation: Providing single-occupancy staterooms for at least six BSEE personnel, with dedicated showers, laundry, health, and exercise facilities.
- Connectivity & Workspace: Offering reliable WiFi for video calls, ROV footage streaming, and data transmission, along with dedicated working spaces and locker/PPE storage for BSEE personnel.
- Operational Standards: Operating in accordance with IMCA M254 Rev 1 or equivalent, with a competent vessel crew and certified Safety Management System (SMS).
- Flexibility: The vessel must exist or be modifiable within a reasonable timeframe. Respondents should also identify potential conflicts of interest (COI).
- Optional Multi-Use Capabilities: Support for environmental studies, marine wildlife observations, oceanographic sampling, ROV missions, and scientific personnel transport.
Contract & Timeline
- Type: Request for Information (RFI) / Special Notice
- Purpose: Market research for a new requirement with no incumbent contract.
- Government Goal: Position for a potential award in Calendar Year 2027, with CY2026 dedicated to market research and planning.
- Published Date: May 8, 2026
- Response Due: June 8, 2026, by 5:00 PM ET (21:00:00Z)
Submission & Evaluation
Respondents are requested to provide:
- Company details (name, UEI, SAM.gov status, contact, business size, socio-economic category).
- Detailed vessel specifications (type, class, dimensions, DP rating, W2W gangway, deck space, berthing, capacities, communications, safety certifications, helideck).
- Capabilities for multi-use missions and SIMOPS (concurrent W2W and ROV/scientific operations).
- Feedback on acquisition strategy (IDIQ vs. C-Type Charter), including market availability, costs, lead times, and modification needs.
- Identification and mitigation of potential COIs.
- Industry innovation, operational approaches, market intelligence, risks, and emerging technologies.
- Rough Order of Magnitude (ROM) pricing information is optional.
Submissions must be emailed to william_rilee@ios.doi.gov with the subject line: "RFI Response – Vessel Atlantic Ops Physical Inspections - DOIEFBO260006".
Eligibility / Set-Aside
No specific set-aside is designated for this RFI; however, respondents are asked to provide their business size and socio-economic category.
Additional Notes
Responses are voluntary, will not be returned, and may be shared with other Federal Government partners. Proprietary data should be marked accordingly. Vendors are not required to address every section, focusing on relevant capabilities.