NPS ISRO Ranger IV Vessel Construction
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 National Park Service (NPS), on behalf of Isle Royale National Park (ISRO), is soliciting proposals for the manufacture and delivery of the new Ranger IV vessel. This multi-mission passenger and cargo ferry will replace the M/V Ranger III, serving as the primary link between the island and mainland Houghton, MI. The vessel must be delivered to ISRO Headquarters in Houghton, MI. Proposals are due January 20, 2026.
Scope of Work
This solicitation requires the manufacture of an all-welded steel monohull vessel with a hybrid diesel and electric propulsion system. Key specifications include:
- Dimensions: 182.5' L x 36' B x 18' D, with a 9 ft design draft.
- Capacity: Accommodates 150 standard passengers (up to 200 in emergency surge), 13 crew, and 5 NPS riders.
- Cargo: Over 3,500 sq ft of cargo space, including capacity for 8 refrigerated carts, 3 freezer carts, 35-34 interior carts, and 15,400 gallons of diesel cargo.
- Propulsion: Features two 1500 bhp diesel engines, two 315 kW electric motors, and controllable pitch propellers (CPP). It includes a hybrid "boost-mode" for emergencies, capable of 14 knots (diesel) and up to 8 knots (electric).
- Compliance: Designed for a 50-year service life, the vessel must comply with USCG Code of Federal Regulations (CFR) Title 46 and ABS Marine Vessel Rules. It will be ABS Classed with A1, Passenger Vessel, Great Lakes Service, Ice Class IE, AMS, HAB, and COMF notations.
- Deliverables: The contract requires all necessary certificates, documentation, spare parts, an Integrated Logistics Support (ILS) program, a comprehensive preventive maintenance plan, and FISMA-compliant IT systems capable of obtaining an Authority to Operate (ATO).
Contract & Timeline
- Type: Firm-Fixed-Price (FFP) Solicitation.
- Period of Performance: Approximately 32 months from the award date.
- NAICS: 336611 (Shipbuilding and Repairing), Size Standard 1300 employees.
- Set-Aside: None specified.
- Bonding: The 100% bonding requirement has been removed; offerors may propose alternative payment protections. The Payment Milestone Plan has been changed to Commercial Interim Payments, and the bid bond requirement is also removed.
- Manufacturer/Vendor Requirements: Major equipment must be serviceable on the Great Lakes. A single manufacturer is required for main propulsion engines, ship service diesel generators, and emergency diesel generator sets. A single vendor is needed for propulsion system integration. Lifesaving equipment manufacturers must have authorized service locations within 500 miles of ISRO Headquarters.
- Funding: This is currently an unfunded requirement, but there is a high expectation that funds will be available.
Submission & Evaluation
- Proposal Due: January 20, 2026, 12:00 PM Eastern Time.
- Submission: Proposals must be submitted via email to ConOps_Strategic_Team@nps.gov.
- Evaluation: Award will be based on a Best Value Continuum Tradeoff Process. Non-price factors, including technical approach, management approach, shipyard selection, and past performance, are significantly more important than price. Offerors are required to identify and select a shipyard as part of their proposal submission.
Key Amendments
Four amendments have been issued. Amendment 0004, posted December 18, 2025, extended the proposal due date to January 20, 2026, and clarified the reefer cart capacity to eight (8) carts. Previous amendments addressed system errors, provided answers to vendor questions, and removed bonding and bid bond requirements.