SOURCES SOUGHT
J -- Multi-Ship Sustainment Partnerships (MSSP)
- Notice Date
- 12/19/2025 7:52:06 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-26-R-4439
- Response Due
- 1/16/2026 1:00:00 PM
- Archive Date
- 01/31/2026
- Point of Contact
- LT RaeChaun Edwards, Phone: 2027811309, CDR Luis Escobar, Phone: 2027815474
- E-Mail Address
-
raechaun.a.edwards.mil@us.navy.mil, luis.c.escobar.mil@us.navy.mil
(raechaun.a.edwards.mil@us.navy.mil, luis.c.escobar.mil@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a sources sought announcement in accordance with FAR 10.001 and DFARS 210.001 and in anticipation of a potential future procurement program. The Naval Sea Systems Command (NAVSEA) is conducting market research to determine industry capability and interest in establishing Multi-Ship Sustainment Partnerships (MSSP). MSSPs are contractual arrangements that aim to develop long-term maintenance partnerships for routine and repeatable work to enhance responsiveness to Fleet needs, improve wartime readiness, and increase certainty for our industrial base with U.S. Navy�s Surface Ship Maintenance, Repair and Modernization requirements. As part of MSSP, the Government intends to �divide� the Navy�s DDG-51 Class ships into distinct groups, each estimated to contain between 3 to 6 ships. Industry would then compete for these groups of ships, ultimately being awarded all continuous maintenance and short term CNO work less than 151 days associated with the grouping. The Government is seeking responses from sources that have the capability and capacity to complete Emergent Maintenance (EM), Continuous Maintenance Availabilities (CMAV), and Incremental Selected Restricted Availabilities (ISRAs) on DDG-51 class vessels in Norfolk, VA and San Diego, CA. Hereafter, these availabilities will be referred to as �consolidated routine maintenance.� Over the course of a vessel�s life cycle, the Navy can reasonably predict a vessel�s continuous maintenance requirements. Therefore, by soliciting and awarding a fixed price Single Award IDIQ with a �task menu� comprised of a vessel�s continuous maintenance requirements, the Navy expects that the solicited task menu would account for a substantial percentage of any individual delivery order, minimizing the need for post award negotiation. Under this approach, the Government expects that a majority of consolidated routine maintenance will be awarded by ordering directly off this �pre-priced� menu with the remaining work to be bound by a fixed labor and material overhead/handling rate. The longer-term partnership is expected to increase the predictable and stable workload to industry over the current model of competing each availability�s delivery order individually. By reducing the frequency of competitive bidding, vendors will have increased certainty regarding future projects. This predictability will allow industry partners to better forecast resource needs, invest in workforce training, and align resources with planned maintenance execution. The strategic approach will also lead to a better understanding of the ship�s material condition, as well as improve responsiveness to maintenance needs. SUBMISSION INSTRUCTIONS: I. Companies interested in submitting a proposal for these efforts should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact. Please email your letter of interest to the Contracting Officer, CDR Luis Escobar, at luis.c.escobar.mil@us.navy.mil and the Contract Specialist, LT RaeChaun Edwards, at raechaun.a.edwards.mil@us.navy.mil with �Multi-Ship Sustainment Partnerships� in the subject field. Make sure you hand or digitally sign your letter of interest. All responses are due no later than 4:00PM local time, Washington D.C. on 01/16/2026. The notice of interest should include the following information: The notice of interest should include the following information: The Name, CAGE, and Unique Entity Identifier (UEI) of company that intends to submit the proposal. Indicate an interest in submitting a proposal under this strategic approach. Please indicate the specific Homeport Locality your company is interested in pursuing. II. The notice of interest should include a brief description of your company, its facilities, and its capabilities as they relate to the requirements on ISRA sized routine maintenance on DDG-51s and answers to the following specific questions. Please limit your response to no more than ten (10) pages. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,300 or less employees)? How many employees does your company have at each respective Norfolk and/or San Diego location? Does your company have a website? If so, what is your company�s website address? Does your company have a satisfactory performance record for previous ISRAs or CMAVs exceeding 70 days? Please provide examples of relevant and recent (within three years) past performance. Does your company have ownership/dedicated access to a Pier sufficient to complete DDG-51 Class consolidated routine maintenance? Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed)? Due to the nature of required work, a Tier 2 MSRA is required for award. Does your company have or plan on obtaining a Tier 2 NAVSEA Master Ship Repair Agreement (MSRA)? On a yearly average, how much �consolidated routine maintenance� work does your company perform in terms of manhours? III. Additionally, the Government is interested in soliciting feedback and suggestions from industry on the details of the intended contract strategy for the MSSP approach. For example: General Strategy: What should the Government consider when establishing groupings and awards under this strategy? What key requirements or evaluation criteria should the Navy consider to maximize industry success within the context of this strategy? Are there additional elements the Navy should consider to maximize success within the context of this strategy? Are there specific industry challenges that the Navy should consider under the MSSP approach? Are there specific incentives that would make this strategy more effective at delivering responsiveness? �Pre-Priced� Menu & Fixed Rates: Given the government will be asking for bids utilizing a pre-priced menu across years (e.g., 3-year, 5-year contract), how would you handle a 3-year menu pricing vs a 5-year menu pricing? What concerns regarding fixed rates do you have for these contract durations? Offerors will be responsible for pricing normal and expected interference removals required to be accomplished in order to complete work required by each individual CLIN or SUBCLIN. How would you handle this pricing direction? What recommendations would you have for defining non-standard interferences? Responsiveness: How will having the certainty of ""consolidated routine maintenance"" for assigned hulls across years allow you to improve responsiveness? (i.e., closing gap between contract award and manning of the work, cutting out procurement lead time, etc.) What planning deliverables can your company provide as the result of being awarded a multiple year contract where you will be responsible for the consolidated routine maintenance for assigned hulls across years? IV. The Government requires Small Business participation in certain work anticipated under this requirement. To establish a baseline for subcontracting opportunities and overall Small Business participation, all respondents, regardless of size standard, shall provide answers to the following specific questions: Do you intend on proposing as a prime? If not, what area(s) of this acquisition do you believe you are capable of fulfilling as a subcontractor. Do you intend to utilize subcontracting in support of this effort? If so, can you provide an estimated percentage of how much (total contract value vs. total subcontracted dollars) you intend to subcontract with large and/or small? In what areas of work within the acquisition do you intend to provide subcontracting opportunities? Do you currently possess a CMMC? If so at what level? Information provided shall be treated as Business Sensitive or confidential to the responder, exempt from public release under the Freedom of Information Act. All information shall be provided free of charge to the Government. NAVSEA may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. This sources sought announcement is released in accordance with FAR 10.001 and DFARS 210.001. This sources sought announcement is not a request for proposals. The purpose of this sources sought announcement is to gather information from the market place. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract. No telephone inquiries will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time. Notice Regarding Sources Sought: Please note that this sources sought is for information purposes and to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposals, and is not to be construed as a commitment by the Government of any kind. Other: The Government will not pay for any effort expended or any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided. All submitted materials will be designated for Government Use Only. Third party support contractors providing support to NAVSEA Surface Warfare Directorate, SEA 21, will have access to the submitted material. These contractors have executed non-disclosure agreements with SEA 21. Submission of material requested in this sources sought announcement shall constitute consent to allow access to the material/information by any relevant third-party support contractor supporting SEA 21. Submitted material/information will be safeguarded in accordance with the applicable Government regulations. Future information, if any, will be posted at SAM.gov. Contracting Officer Address: Naval Sea Systems Command, DC 1333 Isaac Hull Ave SE, Washington Navy Yard, DC 20376 Point of Contact: CDR Luis Escobar, SEA 0244 Contracting Officer, luis.c.escobar.mil@us.navy.mil LT RaeChaun Edwards, SEA 0244 Contract Specialist, raechaun.a.edwards.mil@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f3d3d4af340540ed9c5a5d0f713eca88/view)
- Place of Performance
- Address: Norfolk, VA, USA
- Country: USA
- Country: USA
- Record
- SN07671695-F 20251221/251219230035 (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 |