MK VI Storage Laydown and Maintenance Support Services
ID: W50S8625QA005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NF USPFO ACTIVITY MIANG CRTCALPENA, MI, 49707-8172, USA

NAICS

Ship Building and Repairing (336611)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide storage, laydown, and maintenance support services for three MK VI Patrol Boats. The contractor will be responsible for all personnel, equipment, materials, and quality control necessary for the services, which will take place at the contractor's facility, beginning May 1, 2025, for a period of one to four months, with the possibility of two one-month extensions. This procurement is a total small business set-aside under NAICS code 336611, emphasizing the importance of engaging small businesses in fulfilling government contracts. Interested parties must submit their quotes by 11:00 AM local time on April 18, 2025, and can direct inquiries to MSgt Timothy Frasier at timothy.frasier@us.af.mil or MSgt Thomas Emery at thomas.emery.2@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 14, 2025, 2:05 PM UTC
The document outlines a solicitation for services related to the storage, laydown, and maintenance of MK VI patrol boats, specifically targeting Women-Owned Small Businesses (WOSB). It includes various sections detailing procurement information such as requisition and contract numbers, solicitation dates, and contact details for inquiries. The primary service unit indicated in the solicitation consists of both a base and option periods, covering diverse service needs like maintenance support and lift services, all billed on a firm-fixed-price basis. Additionally, it specifies terms related to delivery schedules and payment methods, emphasizing compliance with federal regulations and clauses that govern small business contracting, particularly for economically disadvantaged women-owned entities. Key guidelines regarding performance and contractor responsibilities are highlighted, including the requirement for contractors to submit invoices through the Wide Area Workflow system. Furthermore, the solicitation mandates adherence to numerous Federal Acquisition Regulation (FAR) clauses aimed at ensuring ethical business practices and compliance with various legal and programmatic requirements. The overall goal of the solicitation is to foster participation from women-owned businesses in fulfilling U.S. government contracts while ensuring efficient service provision.
The Michigan National Guard is seeking a contractor to provide laydown, maintenance, and storage services for three MKVI Patrol Boats. The contractor is responsible for all personnel, equipment, materials, and quality control required for services, including transportation from Norfolk, VA, to their facility, beginning May 1, 2025, for up to four months. The contract includes monthly billing with two optional one-month extensions and mandates additional services upon government request within 10 days. Performance assessment will adhere to strict quality assurance protocols as outlined in the Federal Acquisition Regulations, with penalties for non-compliance. The contractor must ensure safety, environmental compliance, and secure the government’s assets while providing necessary maintenance tasks such as battery testing, inspections for mold, and bilge cleaning on a specified schedule. The contractor is also tasked with providing monthly inspection reports and managing marine travel-lift operations to facilitate the required services. This RFP underscores the Government's intention to maintain high operational readiness and compliance through thorough contractor performance and stringent oversight mechanisms.
Apr 14, 2025, 2:05 PM UTC
The document outlines the Q&A related to the MK VI Storage Laydown and Maintenance Support Services RFP for the Alpena CRTC in Michigan. It addresses various inquiries about the project, which is a new service intended to replace an existing Navy contract. Key points include the request for specifications regarding the ship's lifting and towing capabilities, for which the government refers to attached specifications. Additionally, there are details about sand filters and desiccant requirements, noting that sea strainers should remain closed during storage and specifying the type of desiccant needed for moisture absorption. The essence of the document revolves around clarifying service expectations and technical requirements for prospective contractors in the context of government contracting processes. The responses highlight the need for precise technical knowledge and equipment handling as part of the proposal preparation.
Apr 14, 2025, 2:05 PM UTC
The government file outlines a series of federal and state initiatives focused on Request for Proposals (RFPs) and grants across various sectors. The primary aim is to facilitate funding opportunities for projects that align with government priorities and community needs. Key areas of interest include infrastructure improvement, community development, and public health enhancements. Each RFP encourages collaboration among local agencies and private contractors, ensuring compliance with regulatory standards while promoting innovation. Supporting details emphasize the funding application process, including eligibility requirements, project scope, evaluation criteria, and deadlines for submissions. The document also highlights the necessity for environmental assessments and compliance with federal guidelines. Overall, this file serves as a comprehensive resource for potential applicants, providing essential information to guide them in preparing proposals that contribute to community-level improvements and align with government objectives in enhancing public services and infrastructure. The file reflects the government’s commitment to investing in projects that benefit society while reinforcing adherence to regulatory frameworks.
Apr 14, 2025, 2:05 PM UTC
The government file pertains to an extensive examination and analysis of relevant federal and state/local requests for proposals (RFPs) and grant funding opportunities. The document outlines the requirements for agencies and organizations to submit proposals that demonstrate capability and funding needs, emphasizing adherence to regulatory standards. Key topics include eligibility criteria, submission guidelines, and evaluation processes that applicants must follow to ensure compliance with grant requirements. The context highlights the government’s initiative to allocate resources effectively through a structured funding process, encouraging innovation and support for projects that address critical community needs. The document serves as a comprehensive guide for stakeholders interested in governmental funding, detailing the timeline, necessary documentation, and standards against which proposals will be assessed, underscoring the importance of strategic planning to secure financial resources for diverse projects.
Apr 14, 2025, 2:05 PM UTC
The Women-Owned Small Business (WOSB) solicitation document outlines the requirements for contracting commercial products and services, specifically addressing a contract for storage, laydown, and maintenance support for Mark VI patrol boats. The document includes essential details such as the requisition number, award date, and due date for offers, along with comprehensive instructions for submission and evaluation criteria for bidders. The total award amount and contract clauses, including those related to service standards and government requirements, are also detailed. The solicitation emphasizes the competitive nature of the process and the inclusion of small business considerations, particularly for women-owned and economically disadvantaged businesses. Key references include adherence to the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, ensuring compliance with related government contracting standards. The purpose of this document is to facilitate the procurement process while promoting equitable opportunities for qualified small businesses in service-related contracts.
Apr 14, 2025, 2:05 PM UTC
This document amends a solicitation due to significant outages caused by an unprecedented weather event. It extends the submission deadline for offers by 7 days, moving it from April 7, 2025, to April 14, 2025, at 11:00 local time. It emphasizes the necessity of acknowledging this amendment, stating that offers must reference the solicitation and amendment numbers through specified methods. The amendment notes that all other terms and conditions remain unchanged, ensuring that the original contract's integrity is preserved. The document outlines standard procedures for modifications and specifies the responsibilities of the contractor and contracting officer. The amendment serves to provide clarity and fairness in the solicitation process following the unexpected circumstances.
Apr 14, 2025, 2:05 PM UTC
The document is an amendment to a solicitation, officially extending the deadline for offers submission by four days, from April 14, 2025, to April 18, 2025. It outlines the requirement for vendors to acknowledge receipt of this amendment by including it with their offers or notifying the contracting officer. All other terms and conditions of the original solicitation remain unchanged and in effect. The amendment also specifies that changes can be made to offers already submitted, provided that proper references to the solicitation and amendment are included in the communication. This allows interested vendors the opportunity to adjust their proposals in response to the timeline extension. The formal details include the contract ID, contact information for the contracting officer, and the necessity for acknowledgment of all amendments with quotes for compliance and procedural integrity in the procurement process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
JONRIE MAINTENANCE
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking qualified contractors for a firm fixed-price service contract focused on maintenance and training for JonRie tugboats at Commander, Fleet Activities Yokosuka. The procurement includes essential services such as troubleshooting, preventive maintenance, and training for the JonRie Series 418 Capstans and Series 200 Winches, which are critical for harbor operations. Performance is expected to occur between June 15, 2025, and September 30, 2025, with a single award granted based on best value evaluation criteria including price, delivery, and past performance. Interested parties must submit their quotes by April 23, 2025, and direct any inquiries to Ms. Kristen Lorena at kristen.g.lorena.civ@us.navy.mil, ensuring they are registered in the System for Awards Management (SAM).
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.
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.
180-day Special Time Charter with One 180-day Option
Buyer not available
The Department of Defense, through the Military Sealift Command Norfolk, is issuing a Request for Proposals (RFP N3220525R4069) for a 180-day special time charter of a vessel to support Naval Special Warfare training in Pearl Harbor, HI. The selected contractor will provide a firm-fixed-price contract for a vessel capable of operating for 30 days without resupply, accommodating 25 personnel, and supporting 24/7 operations, including the transport, launch, and recovery of underwater vehicles such as SEAL Delivery Vehicles (SDVs) and Rigid Hull Inflatable Boats (RHIBs). This procurement is critical for ensuring the operational readiness of naval forces and compliance with stringent maintenance and security standards, including cybersecurity requirements. Proposals are due by April 23, 2025, with the contract expected to commence on June 1, 2025, and interested parties can contact Matthew Price at matthew.r.price40.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further information.
23-DAY DRY CARGO TIME CHARTER
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals for a 23-day Dry Cargo Time Charter to transport military cargo. The contract requires a U.S. or foreign flag, self-sustaining vessel capable of carrying a minimum of 80,000 square feet or up to 160,000 square feet of military cargo, with a laden speed of 15 knots, from Beaumont, Texas. This procurement is crucial for the timely and efficient movement of military supplies, including wheeled and tracked vehicles, and is set to commence on June 1, 2025. Interested parties should submit proposals by April 23, 2024, and can contact Brandon Page at brandon.a.page.civ@us.navy.mil or Eric Hatcher at eric.n.hatcher2.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.
Army Watercraft Sustainment Maintenance (AWSM) Program – Zone 3 – Pier Side - 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 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.
James River Reserve Fleet (JRRF) , FB218 Drydock and Repair
Buyer not available
The Department of Transportation, specifically the Maritime Administration (MARAD), is seeking quotes from small businesses for the drydocking and repair of the FB218 Storage Barge, as outlined in solicitation number 6933A225Q000008. The procurement involves a firm-fixed price purchase order for comprehensive maintenance services, including structural repairs, hull cleaning, and painting, with a performance period set from June 5, 2025, to September 2, 2025. This opportunity is crucial for maintaining the operational readiness and safety of federal vessels, emphasizing the importance of compliance with federal acquisition regulations and industry standards. Interested contractors must submit their proposals by April 22, 2025, and are encouraged to attend a site visit scheduled for March 26, 2025, to familiarize themselves with the project requirements. For further inquiries, potential bidders can contact William A. Wile at william.wile@dot.gov or Robert McDermott at robert.mcdermott@dot.gov.
J--Boat Preventative Maintenance and Repair
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
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.