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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull inspections, corrosion repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and safety of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance scheduled from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) during Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull inspections, propulsion system overhauls, and various structural and mechanical repairs, with the contractor responsible for providing all necessary labor, materials, and equipment. This opportunity is significant for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their proposals by 8 AM EST on December 10, 2025, with an anticipated award date around December 19, 2025. For further inquiries, contact Jerrod Gonzales at jerrod.a.gonzales@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    FY26 USNS KANAWHA MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement involves the revision and cancellation of specific work instructions, with an emphasis on updating technical details and extending the final proposal submission deadline to December 17, 2025, at 3:00 PM EST. The contract is categorized under the Ship Building and Repairing industry, highlighting its significance in maintaining naval vessels. Interested small businesses are encouraged to reach out to Susan Bryant at susan.b.bryant.civ@us.navy.mil or call 757-777-4648 for further information regarding this total small business set-aside opportunity.
    USNS PATUXENT (T-AO 201) FY26 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Mid-Term Availability (MTA) of the USNS Patuxent (T-AO 201) for fiscal year 2026. This procurement aims to secure shipbuilding and repair services, focusing on non-nuclear ship repair as outlined under the NAICS code 336611. The opportunity is set aside for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested parties should reach out to Robert Vance at robert.w.vance27.civ@us.navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil for further details and to ensure they meet the necessary qualifications for this important defense contract.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    USNS LENTHALL (T-AO 189) MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the Midterm Availability of the USNS LENTHALL (T-AO 189), with a focus on shipbuilding and repair services. The contract requires the selected contractor to prepare for and accomplish specified tasks in accordance with the work item package, with an anticipated performance period from August 15, 2026, to October 30, 2026, at the contractor's facility located on the East or Gulf Coast. This opportunity is a total small business set-aside, reflecting the agency's expectation of receiving multiple proposals from small businesses, and interested parties must sign a Use and Non-Disclosure Agreement to access government technical data. Proposals will be accepted following the solicitation release on or about September 30, 2025, and inquiries can be directed to Samuel N. Queen at samuel.n.queen2.civ@us.navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil.
    DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC COBIA (WPB-87331) during fiscal year 2026. The procurement involves comprehensive dry dock repairs, including structural analysis, hull preservation, tank cleaning, and maintenance of propulsion and various electrical and mechanical systems. This opportunity is crucial for maintaining the operational readiness of the vessel, which is homeported in Panama City, Florida, although contractors are not geographically restricted. Interested parties must submit their capability information, including business size and past performance details, by November 2, 2026, to the primary contacts, Kurt Hoyer and Jaime R. Smith, as this is a sources sought notice and not a solicitation.
    FY23-FY27 MK 45 WATERFRONT SUPPORT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking to procure waterfront support services under the contract titled "FY23-FY27 MK 45 WATERFRONT SUPPORT." This contract, awarded non-competitively to BAE Systems Land & Armaments L.P., is structured as a Cost-Plus-Fixed-Fee (CPFF) and Cost (no fee) arrangement, based on the justification that only one responsible source can meet the agency's requirements. The services are critical for maintaining and supporting the MK 45 naval gun systems, which play a vital role in naval operations. Interested parties can reach out to Jeannele Macey at jeannele.m.macey.civ@us.navy.mil or Cady Ramirez at cady.h.ramirez.civ@us.navy.mil for further inquiries regarding this opportunity.