Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - DRAFT Solicitation - ZONE 2 - OCONUS
ID: W912CH-25-R-0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC- DTAWARREN, MI, 48397-5000, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command - Detroit Arsenal, is seeking qualified contractors for the Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program, specifically for OCONUS efforts. This procurement involves a five-year Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing On Condition Cyclic Maintenance (OCCM) and Service Life Extension Program (SLEP) services for the Army Vessel Fleet, ensuring operational readiness and compliance with safety and environmental standards. The program is critical for maintaining the Army's maritime logistics capabilities, with an estimated total contract value of approximately $42 million. Interested contractors must submit proposals that adhere to specific guidelines, including registration in the System for Award Management (SAM), and are encouraged to contact Brandon LaBonty or Christopher Murphy for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army Watercraft Sustainment Maintenance (AWSM) Program is designed to support the maintenance of various watercraft systems within the Army's fleet as of September 4, 2024. The document categorizes the fleet into four classes: Class A2 (ocean-going), Class A1 (coastal and inland), Class B (coastal and inland without full amenities), and Class C (barges with limited operational capabilities). Current fleet numbers include: - Class A2: 8 vessels of Logistic Support categories - Class A1: 30 vessels including 17 Landing Craft Utilities - Class B: 33 vessels including Small Tugs and Landing Crafts at various capacities - Class C: No operational vessels listed It notes that Class C primarily comprises barges with minimal powered units, focusing on logistical support for military operations. This document serves as a foundational inventory for potential federal contracts related to watercraft maintenance, showcasing the demand for specialized capabilities in sustaining the Army’s maritime logistics. It highlights the need for continuous support and investment in the Army’s watercraft capabilities essential for operational readiness and efficiency.
    The document outlines the Army Watercraft Sustainment Maintenance (AWSM) Request for Proposals (RFP) under Solicitation W912CH-25-R-L002 for services in Zone 2, OCONUS. It provides comprehensive instructions for offerors, emphasizing the importance of adhering to specific formatting and input protocols in the Government Format Pricing Model (GFPM). The proposal requires offerors to enter pricing for various labor categories, indirect costs, and escalation rates over six ordering years, culminating in a projected total proposed price of approximately $42 million. Key sections include guidance on inputting Fully Burdened Labor Rates (FBLR), calculations for total proposed pricing, and outlines for labor categories and costs associated with various maintenance roles. Additionally, the document addresses government estimates for direct materials and Other Direct Costs (ODCs), indicating a structured financial evaluation approach. This solicitation serves to secure qualified contractors for the maintenance and operation of army watercraft, ensuring robust support for operational capabilities within specified geographic constraints. The detailed pricing model aims to facilitate competitive and transparent bidding while ensuring quality labor and materials within budgetary limits.
    The Army Vessel Maintenance contract aims to provide On Condition Cyclic Maintenance (OCCM) and Service Life Extension Program (SLEP) services for the Army Vessel Fleet. The contractor is responsible for delivering fully mission-capable vessels through maintenance, repairs, and modifications across various systems, including mechanical, electrical, and HVAC. Task orders will define specific work scope, which may include repairs, structural analyses, and certifications. Performance periods and schedules are closely monitored, accounting for weather considerations. The contractor must comply with regulations and environmental standards and ensure proper handling of hazardous materials. Deliverables include Condition Reports, certifications, and compliance documents. A focus is placed on warranties for repaired work, which must last a minimum of 90 days. Additionally, the contract outlines requirements for contractor qualifications, security measures, training, and the management of access to government-controlled information. The purpose of this procurement is to maintain the operational readiness of Army watercraft effectively and efficiently while ensuring adherence to regulatory compliance and safety standards within the context of government contracting practices.
    The document is a Request for Proposal (RFP) from the US Army Contracting Command, outlining the proposal submission process for contractors interested in bidding on a project involving ship repair and modernization. It specifies proposal structure, requiring four distinct volumes: Past Performance, Price, Small Business Participation, and Administrative. Key requirements include a minimum acceptance period of 240 days, submission format in English and US dollars, electronic file standards, and thorough detailing of past performance with relevant contract information. Proposals must be submitted in a specific format and adhere to strict guidelines, ensuring all necessary data is included for evaluation. The document emphasizes the importance of clarity and detail in past performance submissions, including descriptions of work performed and contacts. Evaluation criteria focus on the Past Performance, Price, and Small Business Participation. Furthermore, the RFP includes compliance agreements concerning organizational conflicts of interest and restrictions on data use. The submission address and methods detail delivery logistics and time constraints. The document establishes expectations around performance plans, subcontracting goals, and managing government property. Overall, this RFP serves as a comprehensive guide for bidders to prepare and submit competitive proposals while meeting federal standards and requirements.
    The government intends to award multiple firm-fixed-price contracts for the Army Watercraft Sustainment Maintenance (AWSM) Program for services outside the continental United States (OCONUS). Proposals will be evaluated based on three criteria: Past Performance, Price, and Small Business Participation, with Past Performance being the most critical. Approximately 15 contracts may be awarded, with selections based on the best value to the government through a Source Selection trade-off process. Each proposal must comply with eligibility requirements, including registration in the System for Award Management (SAM) and demonstration of responsible capability. Proposals may be rejected if they do not adhere to the solicitation instructions or if there are concerns regarding unbalanced pricing. A Compliance Review will assess each proposal's adherence to the solicitation criteria. The evaluation will also include a review of the Property Management Plan to ensure compliance with government requirements. For small business participation, specific goals are set, encouraging collaboration with small businesses and evaluating the credibility of proposed participation levels. The overall process aims to ensure that awarded contracts deliver high-quality services efficiently while fostering opportunities for small businesses.
    Similar Opportunities
    Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - DRAFT Solicitation - ZONE 1 - CONUS
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking proposals for the Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program, which involves a five-year Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for maintenance services on the Army Vessel Fleet within the Continental United States (CONUS). The procurement aims to accomplish On Condition Cyclic Maintenance (OCCM) and Service Life Extension Program (SLEP) efforts, ensuring the operational readiness of various watercraft systems critical for defense logistics. Interested contractors must adhere to strict proposal requirements, including evaluations based on past performance, pricing, and small business participation, with an estimated total contract value of approximately $48 million over six years. For further inquiries, potential bidders can contact Brandon LaBonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil.
    Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - DRAFT Solicitation - ZONE 2 - OCONUS
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking qualified contractors for the Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program, specifically for Zone 2 OCONUS efforts. This procurement involves a five-year Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at performing On Condition Cyclic Maintenance (OCCM) and Service Life Extension Program (SLEP) efforts on the Army's watercraft fleet, which includes various classes of vessels essential for military logistics and operations. Interested contractors must adhere to strict submission guidelines and evaluation criteria, including past performance, pricing, and small business participation, with a total estimated contract value of approximately $42 million over the contract period. For further inquiries, potential offerors can contact Brandon LaBonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil.
    Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - DRAFT Solicitation - ZONE 1 - CONUS
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking proposals for the Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program, specifically for Zone 1 CONUS operations. The procurement involves a five-year Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at performing On Condition Cyclic Maintenance (OCCM) and Service Life Extension Program (SLEP) efforts on the Army Vessel Fleet, which is crucial for maintaining operational readiness and compliance of various watercraft systems. Interested contractors must demonstrate their past performance, pricing strategies, and small business participation, with proposals due to be submitted in accordance with detailed guidelines outlined in the draft solicitation documents. For further inquiries, potential offerors can contact Brandon LaBonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil.
    Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - UPDATED 30 JAN 2025
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking qualified contractors for the Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program, with a focus on maintenance and repair of military watercraft. This initiative aims to establish a framework for ongoing vessel repairs and alterations, emphasizing the importance of contractor qualifications, including financial management and safety protocols, as well as adherence to the North American Industry Classification System (NAICS) code 336611 for shipbuilding and repairing. The program is critical for maintaining the operational readiness of the Army's watercraft fleet, with an estimated maximum ordering value of approximately $522 million across various maintenance tasks. Interested contractors should direct inquiries to Brandon LaBonty or Christopher Murphy via their provided emails, and are encouraged to participate in upcoming industry engagement sessions, with proposal submissions expected by May 2025 and contract awards anticipated in January 2026.
    Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - DRAFT Solicitation - ZONE 3 - Pier Side
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking proposals for the Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program, specifically for Zone 3 Pier Side repairs. This procurement involves a five-year Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing pier-side maintenance and repair services for the Army Vessel Fleet, ensuring operational readiness and compliance with safety and environmental regulations. The selected contractors will be responsible for a range of services, including mechanical, electrical, and hydraulic repairs, with a focus on delivering high-quality proposals that meet stringent evaluation criteria, including past performance, price, and small business participation. Interested parties should contact Brandon LaBonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil for further details, and proposals must adhere to the outlined submission guidelines to be considered for this critical defense contract.
    Programmed Repairs to the US Army Logistics Support Vessel (LSV) 7 - AMENDMENT 0009 (UPDATED 10 Feb 2025)
    Buyer not available
    The Department of Defense, through the Army Contracting Command, is soliciting proposals for programmed repairs to the U.S. Army Logistics Support Vessel (LSV) 7, with an emphasis on comprehensive maintenance and modernization services. The procurement includes essential tasks such as drydocking, painting, and various repairs, aimed at ensuring the vessel's operational readiness while minimizing disruptions. This initiative is critical for maintaining naval assets and adhering to federal regulations and safety protocols. Interested contractors must submit their proposals by the specified deadlines, with a total estimated project cost of $169,000, and can direct inquiries to Brandon LaBonty at brandon.a.labonty.civ@army.mil.
    Defense Maritime Solutions (WARTSILA) Brand Equipment (Supply) and Maintenance Repair
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking potential sources for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract focused on the maintenance and support of Defense Maritime Solutions (WÄRTSILÄ) brand equipment. The procurement aims to secure engineering support, general services, and hardware, with tasks including routine maintenance, corrective repairs, and training, all governed by individual Task Orders (TOs). This initiative is crucial for ensuring the operational readiness of the MSC fleet, adhering to stringent quality and safety standards set by the American Bureau of Shipping (ABS) and the United States Coast Guard (USCG). Interested vendors, particularly small businesses, are encouraged to submit capability statements and past performance data by March 12, 2025, to primary contact Deborah Brett at deborah.d.brett.civ@us.navy.mil or secondary contact Andrew MacDonald at andrew.p.macdonald2.civ@us.navy.mil.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 1-2025 (OM25001)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Southwest Pass Hopper Dredge Contract Nos. 1-2025, which involves providing a fully crewed and equipped self-propelled trailing suction type hopper dredge for work primarily in the Mississippi River Southwest Pass and potentially in other areas within the New Orleans, Galveston, and Mobile Districts. This dredging project is crucial for maintaining navigable waterways and ensuring the efficient transport of goods, with a construction magnitude estimated between $10 million and $25 million. The solicitation is expected to be issued around December 9, 2024, and interested vendors are encouraged to register as Interested Vendors on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contractors can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 3-2025 (OM25003)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 3-2025 (OM25003). The project requires the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge to perform dredging work primarily in the Mississippi River Southwest Pass, with potential operations in other areas of the New Orleans, Galveston, and Mobile Districts. This dredging project is crucial for maintaining navigable waterways and ensuring safe passage for maritime traffic, with a contract value estimated between $10 million and $25 million. Interested vendors should prepare for the solicitation, which is expected to be issued around December 9, 2024, and must register with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil.
    Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals for the procurement of the Special Purpose Craft - Heavy Weather Second Generation (SPC-HWX II). This initiative aims to design, construct, and deliver specialized vessels capable of performing critical missions such as search and rescue, law enforcement, and environmental protection under severe weather conditions. The SPC-HWX II is expected to operate effectively in heavy seas and extreme temperatures, with specific requirements for durability, safety, and operational capabilities. Interested contractors should contact William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil for further details, with a total estimated contract value of $1,660,000 over a seven-year period and proposals due by the specified deadlines.