Opportunity

SAM #H9224026I0002

Sources Sought for Vessel Support Services for Naval Special Warfare Command

Buyer

Naval Surface Warfare Center

Posted

March 25, 2026

Respond By

April 01, 2026

Identifier

H9224026I0002

NAICS

488390, 532411

Naval Special Warfare Command (NSWC) is seeking information from businesses capable of providing vessel support services for special operations: - Government Buyer: - Naval Special Warfare Command (NSWC), under US Special Operations Command (USSOCOM), Department of Defense - Services Requested: - Provision of US-flagged vessels for exclusive government use - Vessels must be fully operational, structurally, mechanically, and electronically sound - Must comply with US flag state and local laws, MARPOL, SOLAS, and STCW standards - Valid US Coast Guard (USCG) Certificates of Inspection required - Crew must be qualified and sufficient for 24/7 operations, meeting all legal and certification requirements - Contractor responsible for any additional equipment needed to meet government specifications - Pier space, harbor movement, and ship operations included - Unique/Notable Requirements: - Contractor must have an existing SECRET facility clearance (NSWC will not sponsor vendors) - Vessels must be capable of ocean voyages and exclusive government use - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Place of Performance: - Within the United States, with NSWC located at 3632 Guadalcanal Road, Bldg 165, San Diego, CA 92155-5583

Description

1. This is a sources sought notice for Naval Special Warfare Command (NSWC) Vessel Support Services.  NSWC plans to use the responses from this sources sought to plan and implement an acquisition strategy to provide US flagged vessels with equipment and qualified crew for exclusive use by the Government.

2. NSWC is seeking responsible Business concerns under NAICS code 483112 (hereinafter “you”, “your”, the “Contractor”, “Contractors”, “vendor”, “Company”) that can provide Vessel support services. 

The Contractor shall provide the Government with support services to include a fully operational, structurally, mechanically, and electrically/electronically sound (sea-worthy) vessel that complies with US flag state and local laws, maritime pollution (MARPOL), and Safety of Life at Sea (SOLAS) for the type and size of craft, and is fully Standards of Training, Certification, and Watchkeeping (STCW) compliant. Vessel shall meet all US laws for operation and will have current and valid registration(s) and be capable of ocean voyages as per the vessel’s USCG issued Certificate of Inspection (COI).

Crew Complement. The Contractor warrants that the vessel shall have an efficient and legally sufficient complement for 24/7 operations, at a minimum manning the vessel manning certificate of Master, Officers, and crew with adequate qualifications, characteristics, training, and experience for the region, for the operation of the vessel, for compliance with the flag state's requirements, and for all of the vessel's contractor provided equipment.

The Master, Officers, and crew of the vessel shall follow all applicable maritime and international laws and regulations and will be responsible for the safe navigation, and operation of the vessel and its equipment at all times. The Contractor is solely responsible for selecting the appropriate Crew and warrants their actions with regard to safe and legal operation of the vessel and its equipment. The Contractor is also solely responsible for operating within and maintaining their Safety Management System in accordance with applicable ISM Code requirements.

The contractor shall be responsible for any additional equipment beyond what the contracted vessel already possesses in order to meet the requirements.

The contractor shall be responsible for all coordination, payment, and scheduling of pier space, harbor movement and ship operations.

3. Both at the time of proposal and at the time of performance, Contractors shall have an existing SECRET facility clearance capability.  NSWC will not sponsor vendors. Facility and Safeguarding information will be verified through the Defense Security Services (DSS) to receive future correspondence regarding the requirement.  

4. Interested vendors shall submit the following information as their response to this:

I. Company Information.

A.        Company Name:

B.        Address:

C.        Point of Contact:

D.        CAGE Code

E.         Facility Clearance (FCL) Information (if applicable):

F.         Phone Number:

G.        E-mail Address:

5. Companies are highly encouraged to submit a capabilities statement. Capability statement should include a short description of Vessel(s) available (Name of Vessel, General description (maximum 50 words), Beam, and Length).

6. All responses should be submitted to stephanie.simpson@socom.mil.  This is an unclassified e-mail addresses therefore no classified information should be sent to this e-mail address.  All e-mail correspondence shall contain a subject line that reads, “Vessel Support Services” and submitted NLT 1 April 2026 at 1000 ET.

7. E-mail filters at NSWC are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also .zip or .exe files are prohibited attachments and may be deleted by the e-mail filters at NSWC. Ensure only .pdf, .doc, or .xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments.

*This Sources Sought does not constitute an invitation to bid, nor is it a request for proposal. PROPOSALS WILL NOT BE ACCEPTED. This Sources Sought shall not be construed as a commitment by the Government to issue a Request for Proposal, contract or otherwise pay for the information solicited. *

View original listing

Get AI summaries, saved searches, and real-time alerts for new opportunities. Sign up free · Sign in