Skip to content
Department of Defense

Vessel Support Services

Solicitation: H9224026I0002
Notice ID: 4707cc9ee85e47768ec49f778998a034
TypeSources SoughtDepartmentDepartment of DefenseAgencyUs Special Operations Command (ussocom)PostedMar 25, 2026, 12:00 AM UTCDueApr 01, 2026, 02:00 PM UTCExpired

Sources Sought from US SPECIAL OPERATIONS COMMAND (USSOCOM) • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Apr 01, 2026.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: H9224026I0002. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for this agency (last 12 months).

12-month awarded value
$77,761,057
Sector total $77,761,057 • Share 100.0%
Live
Median
$101,056
P10–P90
$101,056$101,056
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
-1%(-$446,093)
Deal sizing
$101,056 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
San Diego, CA • 92155-5583 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Stephanie Simpson
Email
stephanie.simpson@socom.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
US SPECIAL OPERATIONS COMMAND (USSOCOM)
Subagency
NAVAL SPECIAL WARFARE COMMAND
Office
Not available
Contracting Office Address
San Diego, CA
92155-5583 USA

Description

1. This is a sources sought notice for Naval Special Warfare Command (NSWC) Vessel Support Services.  NSWC plans to use the responses from this sources sought to plan and implement an acquisition strategy to provide US flagged vessels with equipment and qualified crew for exclusive use by the Government.

2. NSWC is seeking responsible Business concerns under NAICS code 483112 (hereinafter “you”, “your”, the “Contractor”, “Contractors”, “vendor”, “Company”) that can provide Vessel support services. 

The Contractor shall provide the Government with support services to include a fully operational, structurally, mechanically, and electrically/electronically sound (sea-worthy) vessel that complies with US flag state and local laws, maritime pollution (MARPOL), and Safety of Life at Sea (SOLAS) for the type and size of craft, and is fully Standards of Training, Certification, and Watchkeeping (STCW) compliant. Vessel shall meet all US laws for operation and will have current and valid registration(s) and be capable of ocean voyages as per the vessel’s USCG issued Certificate of Inspection (COI).

Crew Complement. The Contractor warrants that the vessel shall have an efficient and legally sufficient complement for 24/7 operations, at a minimum manning the vessel manning certificate of Master, Officers, and crew with adequate qualifications, characteristics, training, and experience for the region, for the operation of the vessel, for compliance with the flag state's requirements, and for all of the vessel's contractor provided equipment.

The Master, Officers, and crew of the vessel shall follow all applicable maritime and international laws and regulations and will be responsible for the safe navigation, and operation of the vessel and its equipment at all times. The Contractor is solely responsible for selecting the appropriate Crew and warrants their actions with regard to safe and legal operation of the vessel and its equipment. The Contractor is also solely responsible for operating within and maintaining their Safety Management System in accordance with applicable ISM Code requirements.

The contractor shall be responsible for any additional equipment beyond what the contracted vessel already possesses in order to meet the requirements.

The contractor shall be responsible for all coordination, payment, and scheduling of pier space, harbor movement and ship operations.

3. Both at the time of proposal and at the time of performance, Contractors shall have an existing SECRET facility clearance capability.  NSWC will not sponsor vendors. Facility and Safeguarding information will be verified through the Defense Security Services (DSS) to receive future correspondence regarding the requirement.  

4. Interested vendors shall submit the following information as their response to this:

I. Company Information.

A.        Company Name:

B.        Address:

C.        Point of Contact:

D.        CAGE Code

E.         Facility Clearance (FCL) Information (if applicable):

F.         Phone Number:

G.        E-mail Address:

5. Companies are highly encouraged to submit a capabilities statement. Capability statement should include a short description of Vessel(s) available (Name of Vessel, General description (maximum 50 words), Beam, and Length).

6. All responses should be submitted to stephanie.simpson@socom.mil.  This is an unclassified e-mail addresses therefore no classified information should be sent to this e-mail address.  All e-mail correspondence shall contain a subject line that reads, “Vessel Support Services” and submitted NLT 1 April 2026 at 1000 ET.

7. E-mail filters at NSWC are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also .zip or .exe files are prohibited attachments and may be deleted by the e-mail filters at NSWC. Ensure only .pdf, .doc, or .xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments.

**This Sources Sought does not constitute an invitation to bid, nor is it a request for proposal. PROPOSALS WILL NOT BE ACCEPTED. This Sources Sought shall not be construed as a commitment by the Government to issue a Request for Proposal, contract or otherwise pay for the information solicited. **

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.