Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2026 SAM #8867
SOURCES SOUGHT

N -- Ocean Infrastructure (OI2) Follow-On IDIQ

Notice Date
3/5/2026 11:17:17 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVFAC SYSTEMS AND EXP WARFARE CTR PORT HUENEME CA 93043-4301 USA
 
ZIP Code
93043-4301
 
Solicitation Number
N3943026R4002
 
Response Due
3/20/2026 5:00:00 PM
 
Archive Date
04/04/2026
 
Point of Contact
Matthew Duong, Phone: 8059824538, Antonio Arias
 
E-Mail Address
matthew.h.duong.civ@us.navy.mil, antonio.arias1@navy.mil
(matthew.h.duong.civ@us.navy.mil, antonio.arias1@navy.mil)
 
Description
This is a Sources Sought Notice for the purpose of conducting a market survey for written information only. This is NOT a solicitation announcement for proposals and no contract will be awarded from this announcement. The Government will not reimburse any costs associated with providing information in response to this notice or any costs associated with requests for follow-up information. The Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) conducts research, development, testing and evaluation (RDT&E), procurement, fabrication, inspection, maintenance and repair of technologies in the areas of ocean cable systems, ocean work systems, waterfront facilities, offshore structures, moorings, ocean construction equipment. NAVFAC EXWC, Port Hueneme, CA, is seeking qualified contractors with relevant experience and capability to furnish the necessary personnel, services, products, materials, equipment, knowledge, and expertise to successfully complete the tasks required under the resulting contract. The purpose of this notice is to seek qualified potential sources and obtain qualification statements from interested sources for performing the work described herein. The general scope and type of work that may be ordered are as followed: Development, manufacturing, integration, survey, installation, repair, and recovery of ocean infrastructure, related equipment and facilities, and/or components Test and evaluation of existing ocean infrastructure and/or individual components Activities to include but not limited to operation, leasing, repair, and maintenance of existing and new ocean infrastructure, equipment, platforms, and/or individual components to include boats, ships, aircraft, facilities, cranes/forklifts, equipment and devices, autonomous underwater vehicles (AUV), and remotely operated vehicles (ROV). The work will be performed in environments ranging from arctic to tropic and at all water depths. Operations may include but are not limited to, construction, installation, maintenance, inspection, and repair in support of NAVFAC EXWC. The contractor shall provide vessel(s), vessel services, conduct logistics, facility support, environmental services, and equipment necessary for NAVFAC EXWC to support its missions as required. The contractor shall operate and maintain the vessels� mission readiness, including vessels, workboat, unmanned vehicles (e.g. ROV, AUV), and associated deck equipment as specified under individual task orders. The contractor shall acquire, operate, and maintain shore facilities, offshore facilities, and associated equipment as specified under individual task orders. The anticipated Period of Performance (POP) for this project is a 60-month ordering period (5 years) and an additional 6-month option period. Further details of this requirement can be found in the attached Performance Work Statement (PWS). All interested sources are requested to complete the attached Sources Sought Information Sheet. The specific information NAVFAC EXWC seeks at this time are as follows: Name, brief description of company, and company�s technical capability. The capability statement shall not exceed five (5) pages and shall succinctly describe the company�s ability to fulfill the requirements described. Company�s relevant experience. Information on relevant experience shall not exceed two (2) pages. Discuss the company�s experience providing the type of services described, whether as a prime or subcontractor, and include the contracting agency and brief description of the contract scope of work. Current security clearance level held or company�s eligibility status for obtaining a security clearance. It is anticipated that the primary North American Industry Classification System (NAICS) Code for this requirement is 541330 � Marine Engineering and Naval Architecture, with a size standard of $47 million. All interested sources shall specify their business size standard. In addition, small business concerns shall also specify their small business socio-economic category (ies). Please respond to this Source Sought Notice via e-mail to: Matthew Duong at matthew.h.duong.civ@us.navy.mil and Antonio Arias at antonio.m.arias.civ@us.navy.mil by 20 March 2026 at 1700 Pacific Standard Time. Please title your e-mail subject line �N3943026R4002 Ocean Infrastructure (OI2)�. Responses received after the deadline or without the required information will not be considered. Since this is a Sources Sought Notice, no debrief, evaluation letters, and/or results shall be issued to participants. No reimbursement shall be made for any costs associated with providing information in response to this announcement or any requests for follow-up information. This notice shall not be construed as a commitment by the Government for any purpose other than market research. Respondents shall not be notified with the results of the research. All data in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. After review of the responses, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published on SAM.gov. No telephone calls shall be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the integrity of a future procurement, if any, that may arise from this notice, the information regarding the technical point of contact shall not be provided, and appointments for presentations will not be made.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4e94a4ab615044929bfc6d7e38e12121/view)
 
Place of Performance
Address: Port Hueneme CBC Base, CA 93043, USA
Zip Code: 93043
Country: USA
 
Record
SN07736372-F 20260307/260305230050 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.