Opportunity
SAM #N3943026R4001
Operation, Maintenance, and Repair Services for Motor Vessel Independence (NAVFAC EXWC)
Buyer
Naval Facilities Engineering Systems Command
Posted
May 04, 2026
Respond By
May 19, 2026
Identifier
N3943026R4001
NAICS
488390
NAVFAC EXWC, part of the Department of the Navy, is seeking a contractor to operate, maintain, and repair the Motor Vessel Independence (M/V Independence), a 500 gross ton ocean work vessel supporting undersea surveillance and oceanographic RDT&E missions. - Government Buyer: - Department of the Navy, Naval Facilities Command Engineering and Expeditionary Warfare Center (NAVFAC EXWC) - Vessel and Mission Details: - M/V Independence is primarily berthed at Naval Base Ventura County, Port Hueneme, CA - Supports research, development, testing, and evaluation (RDT&E) of undersea surveillance, load handling, acoustic array, and cable system components - Missions may occur in the coastal waters of California, Oregon, and Washington, with potential for other domestic and foreign ports - Services Requested: - Operation, maintenance, and repair of M/V Independence - Crewing with an 11-person USCG credentialed team (Master, mates, engineers, seamen, cook) - Engineering services for vessel alterations and hardware integration - Mission support including equipment mobilization/demobilization, data acquisition, and reporting - Security and safety services, including Top Secret/SCI clearances for key crew - Logistics and administrative support (procurement, reporting, liaison) - Unique/Notable Requirements: - Crew must be USCG credentialed and able to obtain Top Secret/SCI security clearances - Vessel must be ready to deploy within 48 hours for short missions, with 5 days' notice for longer missions - Approximately 145 in-port days and 220 at-sea days per year - Small business set-aside under NAICS 488390 - Estimated contract value is $65 million - No specific OEMs or product part numbers are named in the solicitation
Description
This notice is a synopsis and does NOT constitute a request for proposal, request for quote, or invitation for bid. The Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), Port Hueneme, California intends to issue a request for proposal (RFP) under solicitation number N3943026R4001 for an Indefinite Delivery, Indefinite Quantity (IDIQ), single award contract. The work involved includes operation, maintenance and repair of the Motor Vessel Independence (M/V Independence) which is owned by NAVFAC EXWC. NAVFAC EXWC is responsible for providing Research, Development, Testing and Evaluation (RDT&E) of undersea surveillance systems, load handling systems, acoustic array systems, cable system components, cable and system survivability studies, installation methods, test vessel support, and training range establishment and maintenance. NAVFAC EXWC is also tasked with assisting other Government agencies with ocean vessel support, oceanographic surveys, environmental data collection, naval exercises, tests, range area support, and Remotely Operated Vehicle (ROV) operations. The M/V INDEPENDENCE is the primary vessel used in support of these operations and is typically berthed at Naval Base Ventura County, Port Hueneme CA. It is expected that the contractor’s services will be rendered primarily in the coastal waters of California, Oregon, and Washington. However, prosecution of voyages in other areas, or temporary berthing at other Government and commercial ports, both domestic and foreign, may be required. More details of the requirement can be found in the attached Performance Work Statement.
Market research was conducted in June 2025, and it was determined that there were a sufficient number of small businesses capable of performing the work. Therefore, a small business set-aside is feasible. The NAICS Code for this procurement is 488390, Other Support Activities for Water Transportation, and the size standard is $47,000,000 (millions of dollars). The market research determined to solicit this procurement as a total small business set-aside.
The Government intends to award the resulting contract to one (1) contractor. The Government will give fair consideration to all awardees in placing orders based on criteria stated in the solicitation.
The contract term will be a base period of sixty (60) months or five (5) years and an optional 6-month extension. Only the base period of the contract will offer a minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six (6) months under the Option to Extend Services clause.
This is not a new requirement, and this contract will replace a contract for similar services awarded in 2021 (N39430-21-D-2229) and the period of performance ends on 09 September 2026. The estimated value of this contract is $65,000,000.00. Information about the current contract and incumbent contractor (e.g. value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information.
Offerors can view and/or download the solicitation, and any attachments at https://www.sam.gov under “contract opportunities” and the Solicitation Module at https://piee.eb.mil/ when it becomes available. There will be no paper copies of the solicitation issued.
This will be the only method of distribution; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. Offerors must be registered in System for Award Management (SAM) at http://www.sam.gov in order to receive an award under this procurement. All questions concerning this solicitation shall be addressed to Jadon Honour via email at jadon.g.honour.civ@us.navy.mil and Antonio M. Arias via email at antonio.m.arias.civ@us.navy.mil.
The solicitation utilizes source selection procedures, which require Offerors to submit a Technical Approach, Management Approach, Safety, Past Performance, and Cost by the Government.
A sources sought notice (ID: ACQR6111528) for this procurement was posted on 23 June 2025 on SAM.gov, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement as a total small business set-aside procurement.