Vessel Support Services
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 Naval Special Warfare Command (NSWC), under the Department of Defense, is conducting a Sources Sought to identify qualified contractors capable of providing Vessel Support Services. This initiative aims to plan an acquisition strategy for US-flagged vessels with equipment and qualified crew for exclusive government use. Responses are due April 1, 2026.
Scope of Work
Contractors shall provide fully operational, structurally, mechanically, and electrically/electronically sound (seaworthy) vessels that comply with US flag state and local laws, maritime pollution (MARPOL), and Safety of Life at Sea (SOLAS). Vessels must be Standards of Training, Certification, and Watchkeeping (STCW) compliant, meet all US laws for operation, have current and valid registrations, and be capable of ocean voyages as per USCG Certificate of Inspection (COI).
The contractor is responsible for providing an efficient and legally sufficient crew for 24/7 operations, meeting minimum manning certificates, and possessing adequate qualifications and experience. The crew must follow all applicable maritime and international laws, ensuring safe navigation and operation. Contractors are solely responsible for crew selection, their actions, and maintaining a Safety Management System in accordance with applicable ISM Code requirements.
Additionally, contractors will be responsible for any necessary additional equipment beyond the vessel's existing capabilities to meet requirements, and for all coordination, payment, and scheduling of pier space, harbor movement, and ship operations.
Key Requirements
Interested vendors must possess an existing SECRET facility clearance (FCL) capability at both the time of proposal and performance. NSWC will not sponsor vendors for FCLs. Facility and Safeguarding information will be verified through the Defense Security Services (DSS).
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified
- Response Due: April 1, 2026, at 1000 ET
- Published: March 25, 2026
Submission Requirements
Interested vendors should submit the following information via email to stephanie.simpson@socom.mil:
- Company Information: Name, Address, Point of Contact, CAGE Code, FCL Information (if applicable), Phone Number, and E-mail Address.
- Capabilities Statement (highly encouraged): A short description of available Vessel(s) including Name, General description (maximum 50 words), Beam, and Length.
All email correspondence must contain the subject line: "Vessel Support Services". Attachments should be in .pdf, .doc, or .xls format; .zip or .exe files are prohibited.
Additional Notes
This Sources Sought notice is for planning purposes only and does not constitute an invitation to bid or a request for proposal. The Government is not committed to issuing an RFP, contract, or paying for information solicited.