Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2025 SAM #8790
SPECIAL NOTICE

99 -- Waterborne Security Barrier 2.0

Notice Date
12/18/2025 11:39:04 AM
 
Notice Type
Special Notice
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
DEPT OF DEFENSE
 
ZIP Code
00000
 
Solicitation Number
N0002426R4125
 
Response Due
1/23/2026 11:00:00 AM
 
Archive Date
02/07/2026
 
Point of Contact
Jim McGowan, Sherri Patsos
 
E-Mail Address
james.f.mcgowan6.civ@us.navy.mil, sherri.c.patsos.civ@us.navy.mil
(james.f.mcgowan6.civ@us.navy.mil, sherri.c.patsos.civ@us.navy.mil)
 
Description
DISCLOSURE: This is a Request for Information (RFI) notice only. This is not a Request for Proposals (RFP) and a formal solicitation is not available at this time. This RFI is for informational planning purposes and it is not to be construed as a commitment by the Government to issue an RFP, contract, or order for any actual procurement of materials, machinery, supply or service. The Government will not pay for any effort expended or any material provided in response to this announcement. All costs associated with responding to this RFI are solely at the responding parties' expense. Should an RFP be issued, designs that originate outside the U.S. are permitted as long as the prime contractor can meet all domestic United States manufacturing, domestic content, and solicitation requirements. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Not responding to this RFI does not preclude participation in any future solicitation. PURPOSE: The Naval Sea Systems Command (NAVSEA) issues this Request for Information (RFI) on behalf of the U. S. Navy Boats & Craft Program Office (PMS 300) to identify qualified sources capable of designing, manufacturing, and installing a Waterborne Security Barrier (WSB) system. This WSB system is intended to protect U.S. Navy ports worldwide from both surface and subsurface threats. Responses to this RFI will assist PMS 300 in market research and acquisition planning. DESCRIPTION: The Navy employs floating Waterborne Security Barriers to protect ships, piers, and waterfront assets at domestic and overseas locations. Systems must withstand environmental forces, vessel impacts, currents, tides, and storm conditions. The Navy anticipates procuring new barrier systems that leverage commercial practices to the maximum extent. The envisioned contract scope includes: System design and engineering Material procurement and fabrication Delivery to Navy waterfront locations Installation and site integration (including removal of existing systems) Testing, manuals, training, and documentation Warranty and sustainment support Some attachments for this RFI may contain Controlled Unclassified Information (CUI). As such, responders may be required to sign and return a Terms of Use Agreement (Attachment 1) to ensure the capability of responsibly handling CUI data. Responders shall indicate their ability to design and provide a system that meets the DRAFT key performance parameters (KPP) and key system attributes (KSA) listed in Attachment 2. ANTICIPATED QUANTITIES AND SCHEDULE (NOTIONAL): The Navy has a long-term requirement to replace WSB systems at over two dozen sites worldwide, with the majority of these sites located within the Continental U.S. (CONUS). The Government anticipates procuring these systems at a rate of approximately one to two sites per year. A Request for Proposals is planned to be completed in FY26Q3, with an initial contract award in FY27Q2. Site priorities are not yet finalized. COMMERCIAL-BASED ACQUISITION INTENT: The Navy seeks to maximize commercial practices and leverage existing commercial designs wherever possible. Industry feedback on where requirements align or diverge from commercial standards is highly encouraged. RESPONSES & SUBMISSION OF INFORMATION: Interested parties are encouraged to submit a capability summary. Submission in PDF format is desired. The following information is requested: Company Information: Company Name, Point of Contact (Name, Title, Email, Phone Number). General description of the company and business size status (Small Business, HUBZone, SDVOSB, WOSB, 8(a), etc.). Requirements Feasibility and Risk: Identify any draft KPPs or KSAs (Attachment 2) that are unclear, technically challenging, or not feasible using current commercial approaches. Identify requirement areas that introduce significant cost, schedule, or technical risk, and provide recommendations to mitigate them. Cost Estimate and Assumptions: Provide a Rough Order of Magnitude (ROM) cost estimate in accordance with the representative CONUS and OCONUS sites detailed in Enclosure 1 and Enclosure 2, respectively. Provide all key assumptions used to develop the estimates (materials, labor, fabrication, transportation, etc.). Identify major cost drivers in meeting the draft KPPs and KSAs. Identify key cost differentiators between the CONUS and OCONUS representative sites (e.g., shipping, labor rates, logistical support, compliance with host nation requirements). Schedule and Production Capacity: Provide an estimated production and installation timeline for the representative sites in Enclosure 1 and Enclosure 2. Identify major schedule drivers (design, materials, production, installation). Provide your company�s maximum annual production capacity for barrier systems. Commercial Alignment and Design Flexibility: Identify which draft requirements align well with commercial designs and which require custom engineering. Recommend requirement changes that would enhance commercial practice, reduce cost, or improve schedule. Intellectual Property Considerations: Respondents are requested to identify whether their proposed approach to the design, manufacture, or installation of new waterborne security barrier systems would rely on any existing patents, proprietary designs, or licensed intellectual property. For any such intellectual property, respondents should describe: The nature of the patent, license, or proprietary restriction Whether the intellectual property is owned by the respondent, licensed from a third party, or government-owned Any limitations the intellectual property may impose on full and open competition, follow-on procurements, lifecycle support, or sustainment Whether functionally equivalent non-proprietary or alternative designs could be offered Company Qualifications and Relevant Experience: Describe your company�s capabilities to design, produce, deliver, and install barrier systems. Provide a summary of relevant past performance on projects of similar scope, including any OCONUS experience. Acquisition and Contracting Strategy Feedback: The Navy is currently evaluating the long-term acquisition strategy for this program. To help inform this strategy, the Government requests industry's perspective on the following topics. Concise, high-level feedback based on your company's experience is appreciated. Program Structure: For a multi-year, multi-site program of this nature, what overall contract structure (e.g., a Single-Award IDIQ, a Multiple-Award IDIQ, or other) do you believe would foster the best results for both the Government and industry? Please briefly explain your rationale. Long-Term Sustainment & Data Rights: Regarding long-term sustainment, what approach to technical data rights do you believe strikes the best balance between protecting proprietary innovation and ensuring the Government's ability to maintain the systems and competitively source spare parts over a 20+ year lifecycle? Design Approach: The Navy is weighing the benefits of standardizing on a single barrier design versus a ""best-of-breed"" approach that allows for different designs at different sites. From an industry perspective, what are the primary advantages or challenges you foresee with each approach? Questions or comments regarding this RFI may be directed to: Jim McGowan, Contracting Officer � NAVSEA 02 (james.f.mcgowan6.civ@us.navy.mil) Sherri Pastos, Contracting Specialist � NAVSEA 02 (sherri.c.patsos.civ@us.navy.mil) Andy Litwin, Assistant Program Manager � PMS 300G (andrew.m.litwin.civ@us.navy.mil) All submitted materials will be designated for Government Use Only. Third party support contractors providing support to NAVSEA�s PMS 300, will have access to the submitted material. These contractors have executed non-disclosure agreements with PMS 300. Submission of material requested in this RFI announcement shall constitute consent to allow access to the material/information by any relevant third-party support contractor supporting PMS 300. Submitted material/information will be safeguarded in accordance with the applicable Government regulations. Enclosure 1 REPRESENTATIVE CONUS SITE EXAMPLE: SOUTHEAST U.S. REGION 1.0 PURPOSE This enclosure provides the details for a representative Continental U.S. (CONUS) site, located at a notional Naval Station in the Southeast U.S. region. Responders shall use this information as the basis for the Rough Order of Magnitude (ROM) cost estimate and schedule requested in the main body of the RFI. 2.0 BACKGROUND & SCOPE OF WORK The Government requires the complete replacement of an existing Waterborne Security Barrier (WSB) system. The scope of work includes the design, fabrication, installation, and testing of a new barrier system. It also includes the complete removal and disposal of the existing barrier system and its components. Notional Project Site: A Naval Station in the Southeast U.S. region. Approximate Barrier Linear Length: 1,200 ft Enclosure 2 REPRESENTATIVE OCONUS SITE EXAMPLE: MEDITERRANEAN REGION 1.0 PURPOSE This enclosure provides the details for a representative Outside the Continental U.S. (OCONUS) site, located at a notional Naval Support Activity in the Mediterranean region. Responders shall use this information as the basis for the Rough Order of Magnitude (ROM) cost estimate and schedule requested in the main body of the RFI, paying special attention to logistical and site-specific challenges associated with OCONUS work. 2.0 BACKGROUND & SCOPE OF WORK The Government requires the complete replacement of an existing Waterborne Security Barrier (WSB) system. The scope of work includes the design, fabrication, installation, and testing of a new barrier system. It also includes the complete removal and disposal of the existing barrier system and its components. Notional Project Site: A Naval Support Activity in the Mediterranean Region. Approximate Barrier Linear Length: 2,500 ft
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/87af998fae6c405f99792e67f81698dc/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07669911-F 20251220/251218230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.