USNS LARAMIE (T-AO 203) MTA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, Military Sealift Command (MSCHQ NORFOLK), has issued a Solicitation for the Mid-Term Availability (MTA) of the USNS LARAMIE (T-AO 203). This Total Small Business Set-Aside opportunity seeks a contractor to perform scheduled maintenance, repairs, overhaul, or alterations on the vessel. The contract will be Firm Fixed-Price, and proposals are due by May 18, 2026, at 01:00 PM local time.
Scope of Work
The scope involves preparing for and accomplishing the USNS LARAMIE's MTA, as detailed in the Work Item (WI) package (Attachment J-1). Key tasks include:
- Scheduled maintenance, repairs, overhaul, or alterations.
- Specific services such as electrical shore power, generator mobilization/demobilization, potable water, de-ionized water, bilge water removal, crane usage, and hazardous waste handling.
- Management, procurement, production, testing, technical capability, and quality assurance services.
- Accountability for Government Furnished Material (GFM) and Property (GFP).
- Development and submission of a performance milestone schedule/critical path chart.
- Contractors must possess or have access to specific facilities, including a pier, structural, machine, pipe, electrical/electronic, and carpentry shops, rigging equipment, and dry-dock capabilities.
- Optional work items (Category "B" WIs) for physical security and continuation of services may be exercised.
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance: Approximately June 28, 2027, to September 11, 2027, for specific CLINs.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 336611, with a small business size standard of 1,300 employees.
- A pre-proposal conference and vessel inspection are scheduled for April 08, 2026.
- A Use and Non-Disclosure Agreement (NDA) is required to access sensitive technical data related to USNS LARAMIE (T-AO 203) for proposal preparation and contract performance.
Submission & Evaluation
- Proposals Due: May 18, 2026, 01:00 PM local time.
- Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil/.
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors: Technical factors, past performance, and price.
- Technical Factors (evaluated as acceptable/unacceptable): Understanding the WI Package, Ability to Perform the WI Package, and Management Control and Quality Assurance.
- Past Performance: Evaluated for recency and relevancy.
- Price: Evaluated for completeness and reasonableness.
- The government reserves the right to award without discussions.
Additional Notes
The solicitation includes numerous FAR and DFARS clauses. Attachments include the WI Package, Contractor Price Breakdowns, GFM List, and MSC Ship Repair Facility Survey.