Opportunity

SAM #N00024-26-SS-SPARES

Navy Seeks Small Business Suppliers for On-Board Ship Supplies (T-AO & ESB Classes)

Buyer

SUP OF SHIPBUILDING CONV AND REPAIR

Posted

April 22, 2026

Respond By

May 14, 2026

Identifier

N00024-26-SS-SPARES

NAICS

332215, 423860

The Department of the Navy, Supervisor of Shipbuilding, Bath (SSBA), is seeking small business sources for supplying a comprehensive range of commercial on-board spare supplies for T-AO and ESB class naval vessels. - Government Buyer: - Department of the Navy, Supervisor of Shipbuilding, Bath (SSBA), under NAVSEA - Products/Services Requested: - Hull and structural/rigging materials (e.g., stainless steel cable ties, neoprene channeling) - Tools and maintenance equipment (e.g., cable tie tensioning/cutting tools) - Galley equipment and utensils - Mess deck service ware - Food service support equipment - Habitability items for berthing and hygiene (e.g., sheets, blankets, towels) - Housekeeping and sanitation supplies - Safety equipment (e.g., PPE, safety glasses) - Requirements: - Supplies must be suitable for shipboard use, corrosion resistant, durable, and compliant with military and commercial standards - Vendors must support bulk and recurring supply needs - Delivery required to naval installations and shipyards in San Diego, California - No specific OEMs, vendors, part numbers, or quantities are listed in the notice; details are referenced in an attachment - The government is considering a small business set-aside and is seeking responses from 8(a), HUBZone, SDVOSB, and WOSB participants, as well as firms eligible for sole-source awards under certain socioeconomic authorities

Description

SOURCES SOUGHT NOTICE

DEPARTMENT OF THE NAVY

FOR MARKET RESEARCH PURPOSES ONLY

NOT A REQUEST FOR QUOTES OR PROPOSALS

1. Purpose

This is a Sources Sought notice, issued by the Department of the Navy (DON) for informational and market research purposes only. Supervisor of Shipbuilding, Bath (SSBA) is seeking to identify qualified and interested businesses capable of providing a broad variety of commercial on-board supplies for T-AO and ESB class ships.

The results of this notice will be used to determine whether this requirement can be set aside for small business concerns in accordance with FAR Part 19. The Government is specifically seeking to identify capable small business vendors to support a potential Small Business Set-Aside acquisition.

This notice is not a Request for Quotation (RFQ) or Request for Proposal (RFP), and no contract will be awarded from this announcement.

2. Description of Requirement

The Government has a requirement for the procurement and provision of a broad range of commercial on-board spare supplies for the T-AO and ESB class naval vessels. SSBA requires a vendor capable of supplying multiple categories of consumable and durable goods in support of U.S Navy shipboard operations. These supplies support vessel readiness, crew habitability, and galley operations. Required supplies include:

Hull & Structural / Rigging Materials (e.g., stainless steel cable ties, banding, neoprene channeling) Tools & Maintenance Equipment (e.g., cable tie tensioning/cutting tools) Galley Equipment & Utensils (e.g., cookware, food preparation tools) Mess Deck Service Ware (e.g., plates, bowls, mugs, drinkware, serving items) Food Service Support Equipment (e.g., steam table pans, covers, food service containers) Habitability – Berthing (e.g., sheets, blankets, pillows, pillowcases) Habitability – Hygiene (e.g., towels, washcloths, bathmats) Housekeeping & Sanitation Supplies (e.g., cleaning tools, waste container components, cleaning chemicals) Safety Equipment (PPE) (e.g., safety glasses)

See Attachment for inclusive list of required supplies. Items must be suitable for shipboard use and capable of withstanding maritime environments, including corrosion resistance, durability, and compliance with applicable military and commercial standards.

3. Performance Requirements

Interested vendors shall be capable of:

Providing commercial products meeting Navy shipboard usage requirements Supporting bulk and recurring supply needs Delivering to naval installations and shipyards located in San Diego, California Complying with applicable standards (e.g., MIL-SPEC where required)

4. NAICS Code(s)

The Government anticipates one or more of the following NAICS codes may apply:

423840 – Industrial Supplies Merchant Wholesalers 423850 – Service Establishment Equipment and Supplies Merchant Wholesalers 332618 – Other Fabricated Wire Product Manufacturing 339113 – Surgical Appliance and Supplies Manufacturing 423440 – Other Commercial Equipment Merchant Wholesalers

The appropriate NAICS code will be determined based on responses received.

5. Potential Sole-Source Award to Small Business Participation

Pursuant to Federal Acquisition Regulation (FAR) Part 19, the Government is conducting market research to determine if this requirement can be met by a qualified small business. The Government is interested in responses from all small business concerns, including those in the following socioeconomic programs:

8(a) Business Development Program Historically Underutilized Business Zone (HUBZone) Service-Disabled Veteran-Owned Small Business (SDVOSB) Woman-Owned Small Business (WOSB)

As part of this market research, the Government is also seeking to identify firms eligible for sole-source awards under specific socioeconomic authorities. Of particular interest are 8(a) participants owned by Alaska Native Corporations (ANCs) or other Indian Tribes, which may be awarded sole-source contracts up to $100 million for Department of Defense (DoD) requirements in accordance with DFARS 219.808-1.

Respondents should clearly indicate their business size and all applicable socioeconomic statuses.

6. Submission Requirements

Interested vendors are requested to submit a capability statement (Not to exceed 10 pages) that demonstrates their ability to meet the requirements described in this notice. At a minimum, the statement must include the following information:

- Company Information: 

Company name, address, website, UEI, and CAGE code. Point(s) of contact (name, title, email, phone number). Applicable NAICS code(s) for this requirement Business size and socioeconomic status (e.g., 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business, etc.). If applicable, evidence of current SBA 8(a) certification and ownership by a Native Alaskan Corporation or Indian Tribe.

- Business Status:

Business size and all applicable socioeconomic statuses (e.g., Small Business, 8(a), HUBZone, SDVOSB, WOSB). If applicable, provide evidence of SBA 8(a) certification and/or ANC/Tribal ownership.

- Capabilities:

Description of your company’s ability to supply the required items listed in the attachment. Evidence of ability to meet shipboard environmental and durability requirements. Information on distribution capabilities, including typical lead times and delivery methods. Any existing contract vehicles (e.g., GSA Schedules, Navy IDIQs) that may be used.

- Relevant Experience:

A description of past performance on similar contracts with the DoD or other federal agencies. Include contract numbers, dollar values, and a government point of contact if available. Information on your company's quality control processes and any relevant certifications.

- Distribution Capability:

Inventory management, lead times, and delivery methods

- NAICS Code(s) applicable to your business

7. Submission Instructions

Responses including capability statements shall be submitted electronically via email to:

Kelley Jones, Contract Specialist, Kelley.n.jones3.civ@us.navy.mil

Jacqueline Segura, Administrative Contract Officer, Jacqueline.segura3.civ@us.navy.mil

Eric Moberg, Administrative Contract Officer, eric.j.moberg.civ@us.navy.mil

Subject Line: The subject line of the email should read: "Sources Sought – SSBA Shipboard Supplies – Your Company Name

Response Deadline: Responses shall be submitted no later than 12:00 AM Eastern Standard Time on May 14, 2026.

8. Disclaimer

This Sources Sought notice is for market research and planning purposes only and is a request for sources only; this is not a request for proposal. No solicitation package exists at this time and the Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided in this notice is subject to change and is not binding on the Government. All submissions become the property of the Federal Government and will not be returned.

View original listing