Skip to main content

An official website of the United States government

You have 2 new alerts

Multi-Mission AUTEC Range Vessel (MARV)

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Feb 27, 2025 02:29 pm EST
  • Original Published Date: Feb 10, 2025 09:18 am EST
  • Updated Response Date: Mar 28, 2025 04:00 pm EDT
  • Original Response Date: May 28, 2025 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 12, 2025
  • Original Inactive Date: Jun 12, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1925 - SPECIAL SERVICE VESSELS
  • NAICS Code:
    • 336612 - Boat Building
  • Place of Performance:

Description

PURPOSE:

The Naval Sea Systems Command (NAVSEA) is hereby issuing a Request for Information (RFI) on behalf of the U.S. Navy and Foreign Military Sales Boats and Craft Program Office (PMS300) to disseminate to industry information on the anticipated acquisition and conversion of an Offshore Supply Vessel (OSV) for the Atlantic Undersea Test and Evaluation Center (AUTEC) Range Support Vessel, hereafter referred to as Multi-Mission AUTEC Range Vessel (MARV). The U.S. Navy is pursuing information regarding conversion capabilities and available vessel inventory information for OSVs with a nominal length overall (LOA) of190-220 feet, aft deck approximately 100’x36’ and draft less than 15.’  The U.S. Navy is pursuing industry feedback on the following potential acquisition strategies:

  1. Purchase of a vessel as-is, where-is. The Government would perform a marine survey to assess material condition of the vessel.
  2. Purchase of a vessel in an operational or laid up status and the bidder would be required to re-activate the vessel per ABS OSV Lay Up Guide and obtain ABS classification. Purchase of vessel including bidder executed conversion to meet U.S. Navy requirements. Major conversion items include installation of working deck sockets, deck crane, and heavy weight torpedo tubes/hold. The Government can provide additional information on the desired modifications to interested bidders if requested.

Additionally, the Navy seeks to understand the technical, cost and schedule risks associated with modifying existing OSV platforms to meet the notional Capabilities in this RFI. Interested parties do not have to meet all requirements listed in this RFI to submit a response.  All responses received will be reviewed by the Government.

Please see the attached document for additional information on the request.

Submissions should be emailed to Mr. Brian Stocker, PMS 300G, at brian.j.stocker.civ@us.navy.mil with copy to Mr. Steven Noel, SEA 02221, at steven.w.noel.civ@us.navy.mil. The response file shall be in PDF format, with file name including reference number N00024-25-R-2206 and your company name. Responses are requested by 28 MAR 2025. Please submit any questions concerning this announcement via email to Mr. Brian Stocker AND Mr. Steven Noel at the above redress. NO QUESTIONS VIA TELEPHONE WILL BE ACCEPTED.

DISCLOSURE:

This is a Request for Information (RFI) notice only.  This is not a request for proposal (RFP) and a formal solicitation is not available at this time. This notice does not constitute a commitment by the Government to issue an RFP, contract, or order.

This RFI is for informational planning purposes and it is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. This RFI does not commit the Government to contract for any 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.

This RFI is open to all U.S.-only interested parties.  Should an RFP for acquisition of an existing Offshore Supply Vessels (OSV) vessel be issued, vessel proposals which originate outside the U.S. may be permitted as long as the prime contractor can meet all domestic United States manufacturing and solicitation requirements. 

Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations.

Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued, except that incomplete, or the absence of, responses from small business will inform a determination on whether there is an expectation for small business participation.

Contact Information

Contracting Office Address

  • 1333 ISAAC HULL AVE SE
  • WASHINGTON NAVY YARD , DC 20376-5000
  • USA

Primary Point of Contact

Secondary Point of Contact

History