Army Watercraft Sustainment Maintenance (AWSM) Program – Zone 3 – Pier Side - SYNOPSIS
ID: W912CH-25-R-A007Type: Presolicitation
Overview

Buyer

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

NAICS

Other Support Activities for Water Transportation (488390)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is preparing to solicit proposals for the Army Watercraft Sustainment Maintenance (AWSM) Program, specifically for Zone 3 – Pier Side operations. This procurement aims to address the maintenance needs of the U.S. Army’s fleet of vessels, including emergency and un-programmed repairs, emergency drydocking, modernization, and modification efforts. The government plans to award approximately 14 Indefinite Delivery Indefinite Quantity (IDIQ) contracts, each covering five one-year ordering periods with an additional six-month option, with the Request for Proposal (RFP) expected to be released in April 2025. Interested parties can reach out to Brandon LaBonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil for further information.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Similar Opportunities
Army Watercraft Sustainment Maintenance (AWSM) Program – Zone 1 – CONUS - SYNOPSIS
Buyer not available
The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is preparing to solicit proposals for the Army Watercraft Sustainment Maintenance (AWSM) Program, specifically for Zone 1 within the Continental United States (CONUS). This procurement aims to secure modifications, modernizations, and On-Condition Cyclic Maintenance (OCCM) for the U.S. Army's fleet of vessels, with a competitive bidding process that includes a partial set-aside for small businesses. The government plans to award approximately 14 Indefinite Delivery Indefinite Quantity (IDIQ) contracts, although it reserves the right to adjust this number. The Request for Proposal (RFP) is expected to be released in April 2025, and interested parties can reach out to Brandon LaBonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil for further information.
Army Watercraft Sustainment Maintenance (AWSM) Program – Zone 2 – OCONUS - SYNOPSIS
Buyer not available
The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is preparing to solicit proposals for the Army Watercraft Sustainment Maintenance (AWSM) Program, specifically for Zone 2 Outside the Continental United States (OCONUS). This procurement aims to address modifications, modernizations, and On-Condition Cyclic Maintenance (OCCM) for the U.S. Army’s fleet of vessels, ensuring their operational readiness and longevity. The government plans to award approximately seven OCONUS Five Year Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with the possibility of awarding more or fewer contracts based on the proposals received. Interested parties should note that the Request for Proposal (RFP) W912CH-25-R-A006 is expected to be released in April 2025, and inquiries can be directed to 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 16 Apr 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, aimed at maintaining and repairing military watercraft. This initiative includes a Master Agreement for the Repair and Alteration of Vessels (MVA) and emphasizes the need for contractors to demonstrate their capabilities in financial management, safety protocols, and quality assurance, adhering to the NAICS code 336611 for shipbuilding and repairing. The AWSM Program is critical for ensuring the operational readiness and sustainability of the U.S. Army's watercraft fleet, with an estimated maximum ordering value of approximately $522 million. Interested parties should direct inquiries to Brandon LaBonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil, with key deadlines for proposal submissions anticipated in May 2025 and contract awards expected in January 2026.
FY25 MV Puget Drydock Maintenance Services
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the FY25 MV Puget Drydock Maintenance Services, a project aimed at providing comprehensive shipyard maintenance for the MV PUGET in the Puget Sound area. Contractors will be responsible for all aspects of management, personnel, equipment, and materials necessary for the maintenance services, which include inspections, repairs, and cleaning, to be performed at a contractor-provided facility. This opportunity is a total small business set-aside under NAICS code 336611, with an estimated performance period from May 25, 2025, to July 25, 2025, and quotations must be submitted by May 15, 2025. Interested parties should ensure they are registered in the System for Award Management (SAM) and may contact Geraldine L. Kemp or Camilla Allen for further information.
DWA Outboard Motors
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is soliciting proposals for the procurement of DWA Outboard Motors under a total small business set-aside. The contract aims to provide essential electrical motors for military applications, emphasizing compliance with regulatory standards and performance metrics. This procurement is critical for enhancing operational capabilities and ensuring the reliability of equipment used by the Army. Interested contractors must submit their proposals by April 22, 2025, and are required to sign Amendment 1 upon submission. For further inquiries, potential bidders can contact Tonya French at tonya.c.french@usace.army.mil or by phone at 509-527-7232.
Floating Plant Vessel Repair IDIQ MATOC
Buyer not available
The U.S. Army Corps of Engineers – Norfolk District is seeking qualified contractors for a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on floating plant vessel repair services. The procurement aims to provide cyclic and demand maintenance for various vessels, including mechanical, hydraulic, electrical repairs, and more, within a 100-mile radius of Norfolk, Virginia. This contract is crucial for maintaining the operational readiness of the Corps' fleet, which includes a range of vessels from a 104-foot derrick boat to smaller craft. Interested firms must respond to the sources sought notice by April 23, 2025, and can direct inquiries to Amy Coody at amy.h.coody@usace.army.mil or Stormie Wicks at STORMIE.B.WICKS@USACE.ARMY.MIL, with a maximum contract value of $5 million anticipated over a five-year period.
Sources Sought for Operation & Maintenance of WATSON Class Vessels
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking industry feedback for the operation and maintenance of eight Large, Medium-Speed, Roll-On/Roll-Off WATSON Class vessels. The procurement aims to identify potential contractors capable of ensuring high operational readiness and compliance with U.S. regulations while managing these vessels that support the prepositioning of government cargo worldwide. The anticipated contract will be a Firm-Fixed Price (FFP) with options for additional periods, spanning from April 2027 to March 2032, with responses due by May 9, 2025. Interested parties, including small businesses, should demonstrate relevant experience, financial capability, and possess a SECRET facility clearance, and can contact Kayla Etheya at kayla.v.etheya.civ@us.navy.mil or Andrea West at andrea.v.west.civ@us.navy.mil for further information.
Overhaul of S/V H.R. SPIES
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking qualified contractors for the overhaul of the survey vessel H.R. SPIES. This procurement involves providing all necessary engineering, design, labor, materials, and equipment to execute essential repairs, including drydocking, hull painting, and various inspections, with a performance period of 30 calendar days following the vessel's delivery to the contractor's yard. The project is critical for maintaining the operational readiness of the vessel, which will operate in the Delaware River and Bay during Fiscal Year 2025. Interested bidders must submit their proposals by April 29, 2025, and can direct inquiries to Domenic L. Sestito at domenic.l.sestito@usace.army.mil.
N4425525R1504 Waterfront MACC, NAVFAC Northwest
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is preparing to solicit proposals for a Waterfront Multiple Award Construction Contract (MACC) aimed at addressing construction needs within its area of responsibility, primarily in Washington State. This procurement will encompass a range of construction activities, including new construction, renovation, and repair of marine facilities such as piers, wharves, and docks, with a total contract value not to exceed $700 million and individual task orders ranging from $100,000 to $200 million. Interested contractors should note that the solicitation is expected to be issued in May 2025, with a two-phase proposal process and a minimum guarantee for all MACC awardees. For further inquiries, potential offerors can contact Emily Slate at emily.m.slate.civ@us.navy.mil or Nancy Coffee at nancy.coffee@navy.mil.
N0002425R4403 USS FORREST SHERMAN (DDG 98) FY26 DMP
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of the FY26 maintenance, modernization, and repair of the USS FORREST SHERMAN (DDG 98) under solicitation N00024-25-R-4403. This contract requires a highly capable contractor with substantial facilities and human resources to manage and integrate various aspects of ship maintenance and repair, specifically on the East and Gulf Coasts. Given the complexity and scale of the project, the procurement will not be set aside for small businesses, as market research indicates a lack of capable small business competitors. Interested parties must register in the System for Award Management (SAM) and submit proposals by monitoring the PIEE/SAM.gov page for updates, with a contract award anticipated around October 2025 and project commencement expected in February 2026, concluding in August 2027. For further inquiries, potential offerors can contact LCDR Kyle Watson at kyle.a.watson15.mil@us.navy.mil or Jacqueline Black at jacqueline.r.black.civ@us.navy.mil.