Fire Watch/Tank Watch
ID: N4215826RS001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)

Set Aside

Women-Owned Small Business (WOSB)
Timeline
    Description

    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from Women-Owned Small Businesses (WOSB) for a Firm Fixed Price contract to provide Fire Watch/Tank Watch labor support services. The contract aims to ensure safety and compliance during ship repair operations at the Norfolk Naval Shipyard in Portsmouth, Virginia, with a performance period anticipated from January 5, 2026, to March 31, 2026, and an option to extend through June 30, 2026. Interested contractors must submit their proposals by November 17, 2025, including a technical narrative, past performance documentation, and pricing sheets, with inquiries due by October 29, 2025. For further information, potential bidders can contact Melissa White at melissa.e.white13.civ@us.navy.mil or Alicia Almberg at alicia.l.almberg.civ@us.navy.mil.

    Files
    Title
    Posted
    This government solicitation, N4215826RS001, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide Fire Watch/Tank Watch, Program Manager, Project Manager, and Supervisor services to the Norfolk Naval Shipyard. The solicitation, issued by N42158, has an offer due date of November 17, 2025, at 11:00 AM. Services are required for fiscal year 2025 and extend into 2026, with firm-fixed-price arrangements for both standard and overtime hours. Key clauses incorporated by reference include various FAR and DFARS clauses related to small business utilization, labor standards, payment instructions via Wide Area WorkFlow (WAWF), and contractor conduct. The document outlines specific inspection, acceptance, and delivery schedules, with all services to be performed at the Norfolk Naval Shipyard. It emphasizes compliance with federal regulations, safety requirements, and invoicing procedures.
    This document is a Contract Data Requirements List (CDRL) (DD Form 1423-1) for a federal government contract, outlining data submission requirements. It specifies that reports must be submitted electronically in EXCEL format to the Norfolk Naval Shipyard (NNSY) COR/TPOC. The distribution of these documents is restricted to U.S. Government agencies and their contractors, with other requests requiring referral to the Norfolk Naval Shipyard. Key submission dates include the first submission one week after award, subsequent weekly submissions until 100% manning is achieved, and additional submissions as personnel replacements occur. The last submission is due upon completion of the task order. Contact information for NNSY representatives (COR, ACOR, Contracting Officer, TPOC) will be determined at contract award.
    The DD Form 1423-1, also known as the Contract Data Requirements List (CDRL), is a standardized form used by the Department of Defense to list data items required from a contractor. This form is essential for federal government RFPs and contracts, outlining specific data deliverables, their frequency, distribution, and pricing. It includes fields for contract line item numbers, data item titles, authorizing documents, contract references, and requiring offices. The form emphasizes the public reporting burden, estimating 110 hours for completion, and instructs respondents to send completed forms to the Government Issuing Contracting Officer. It ensures clear communication of data requirements, facilitates contract management, and maintains accountability for information exchange between the government and contractors.
    This document outlines the Contract Data Requirements List (CDRL) for a federal government contract, specifically detailing the requirements for a 'WEEKLY TIME SHEET ATTENDANCE REPORT' (Data Item A003). The report is mandatory for contractor employees working under the 'Firewatch/Tankwatch' system/item. Key requirements include electronic submission in Excel format to the Norfolk Naval Shipyard (NNSY) COR/TPOC. The first submission is due the first business day after the contractor employee has worked a full week (Sunday to Saturday), with subsequent submissions as needed for personnel replacements. The report must include the employee's name, badge number, labor category, job order, project, daily straight time, and daily overtime. Distribution is restricted to U.S. Government agencies and their contractors, with other requests referred to NNSY. The document emphasizes compliance with OMB No. 0704-0188 and provides contact information for NNSY representatives, to be determined at contract award.
    The CONTRACT DATA REQUIREMENTS LIST (CDRL) outlines the requirements for the "FUNDS AND MAN-HOURS EXPENDITURE REPORT" and "MAN-HOUR STATUS REPORT WITH METRICS" for the Firewatch/Tankwatch system. This data item, A004, is required monthly, with the first submission due the first week of the month following the Task Order's start and subsequent submissions every 35 calendar days or within seven days after the end of each calendar month. Reports must be submitted electronically in EXCEL format to the Norfolk Naval Shipyard (NNSY) COR/TPOC. Distribution is authorized to U.S. Government agencies and their contractors, with other requests referred to NNSY. The document specifies contact information for NNSY COR, ACOR, Contracting Officer, and TPOC will be determined at contract award. The last submission is due one week after Task Order completion.
    This Contract Data Requirements List (CDRL) details the submission requirements for 'SHIPYARD MANDATORY ANNUAL TRAINING RECORDS' and 'CERTIFICATION DATA REPORT' (Data Item A005), specifically for Firewatch/Tankwatch personnel. The document outlines that these reports must be submitted electronically in Excel format to the Norfolk Naval Shipyard (NNSY) COR/TPOC. The first submission is due by 12 PM on the Thursday prior to onboarding, with subsequent submissions following the same schedule until 100% manning is achieved or personnel are replaced. The last submission is upon completion of the task order. Distribution is authorized for U.S. Government agencies and their contractors, with other requests referred to NNSY. Key NNSY contact information will be determined at contract award. The form emphasizes the estimated 110-hour public reporting burden and the importance of a valid OMB control number.
    This Contract Data Requirements List (CDRL) specifies the submission requirements for a "SYLLABUS TRAINING PLAN/RECORDS" data item, designated as A006, for the Firewatch/Tankwatch system/item. The requiring office is NNSY C900R, C400, C452. The document details that the data item is categorized as
    This Contract Data Requirements List (CDRL) outlines the requirements for submitting "Personnel Resumes" (Data Item A007) for the Firewatch/Tankwatch system, categorized as "OTHER." The document specifies that resumes are to be included with the contractor's Task Order proposal, with subsequent weekly submissions until 100% manning is achieved or upon personnel replacement. All submissions must be electronic, in PDF format, and sent to the Norfolk Naval Shipyard (NNSY) COR/TPOC. Distribution is authorized for U.S. Government agencies and their contractors, with other requests referred to the Norfolk Naval Shipyard. Key NNSY contact information, including COR, ACOR, Contracting Officer, and TPOC, will be determined at contract award. The last submission is required upon completion of the Task Order, with an estimated total price to be determined.
    This Contract Data Requirements List (CDRL) specifies the requirement for a Contractor's Personnel Roster Manning Forecast, data item A008, for the Firewatch/Tankwatch system/item. The forecast, submitted weekly in Microsoft Excel 2016 or higher format, must detail the contractor's personnel and be delivered electronically to designated NNSY representatives. The first submission is due one week before any contractor employee's badging event, with subsequent updates submitted weekly. This document, intended for public release, outlines the essential reporting obligations for contractors to ensure proper staffing and compliance, with key contact information to be determined at contract award.
    The Quality Assurance Surveillance Plan (QASP) for NNSY Production Support Touch Labor, issued October 16, 2025, outlines the government's approach to monitoring contractor performance. This document, for informational purposes only, details roles and responsibilities for personnel such as the Contracting Officer, COR, Cost Monitor, Project Manager, and Technical Point of Contact. It emphasizes the contractor's responsibility for quality via their Quality Control Program, which the government leverages for oversight. The QASP describes surveillance methodologies including random, 100%, and periodic inspections, along with customer feedback mechanisms. It also specifies acceptable quality levels, documentation processes, and procedures for analyzing performance assessments, reporting, and resolving issues to ensure contract compliance and desired outcomes.
    This document addresses various government questions and answers regarding a federal contract, clarifying invoicing, badging, subcontracting, personnel evaluation, and equipment responsibilities. Key points include monthly invoicing flexibility, contractor responsibility for employee clearances, and the allowance of staffing subcontractors within limitations to avoid penalties. Key personnel résumés will be evaluated for this standalone three-month contract, with utilization thresholds calculated based on active contracts at the proposal stage. The forklift operator labor classification should be used for Fire Watch/Tank Watch pricing. The government will provide fire extinguishers and a muster area, but contractors are responsible for fall arrest systems, medical surveillance, respirator qualifications, and maintaining the muster area. Contractors can charge for personnel waiting for ATMS classes if they are at the shipyard. Proposal formatting can separate sections into volumes.
    This document outlines the requirements for Fire Watch/Tank Watch touch labor services at Norfolk Naval Shipyard (NNSY), Portsmouth, Virginia, and NSN, Norfolk, Virginia. The contractor must provide qualified personnel for various roles, including Fire Watch/Tank Watch (Red Badge), Program Manager, Project Manager, and Supervisor, with specific man-hour requirements. The period of performance is from January 5, 2026, to March 31, 2026, for the base year, with an option for April 1, 2026, to June 30, 2026. Key responsibilities include managing personnel, ensuring safety, maintaining accurate work hours, and adhering to NNSY technical work documents and federal regulations (e.g., 29 CFR 1915, NFPA 70E). Contractor personnel must meet stringent training and qualification standards for fire watch, confined space entry, and hazardous communication. The contractor is responsible for providing specific equipment, while the government provides others. All personnel require "Red Badging" security clearance due to potential access to classified and nuclear-related areas, necessitating adherence to strict security protocols for access and portable electronic devices. Injury reporting and contractor manpower reporting are also mandated.
    This document is Amendment 0001 to Solicitation N4215826RS001, issued by the Norfolk Naval Shipyard, modifying the original solicitation dated October 20, 2025. The amendment, effective October 30, 2025, extends the offer receipt deadline and clarifies submission requirements due to questions and answers. Key changes include modifications to the Performance Work Statement (PWS) and Addendum 52.212-1, "Instructions to Offerors - Commercial Products and Commercial Services." Proposals, to be submitted via email by the deadline, must include a Technical Narrative (20 pages), Past Performance (10 pages), Capacity (no maximum), Price (no maximum), and Acknowledgment of any amendments (no maximum). The amendment outlines specific requirements for key personnel, including experience and education for Program/Project Managers and Supervisors, and details for past performance submissions and capacity and pricing sheets. Questions regarding the solicitation are due by October 29, 2025, at 11:00 AM EST.
    This document is an amendment to Solicitation Number N4215826RS001, issued by the Norfolk Naval Shipyard, changing the evaluation criteria for proposals. The amendment, dated November 6, 2025, updates Addendum 52.212-1 (Instructions to Offerors) and 52.212-2 (Evaluation—Commercial Products and Commercial Services). Proposals must be submitted via email by the deadline listed in Block 08 of SF 1449. Offers must include a technical narrative, capacity statement, price, and acknowledgement of amendments. Key personnel, such as Program/Project Managers and Supervisors, must meet specific education and experience requirements. The evaluation will prioritize the lowest-priced offeror with acceptable ratings in technical capability and contractor capacity, with capacity utilization not exceeding 75%. Questions regarding the changes must be submitted by 11:00 AM EST on November 10, 2025.
    This solicitation from NAVSEA Service Contracts Division outlines the requirements for vendors to submit quotations for commercial items, following FAR Part 12 and Subpart 13.5. Submissions, due via email by the specified deadline, must include a Technical Narrative (max 20 pages), Past Performance (max 10 pages), Capacity, Price, and Acknowledgment of Amendments. The Technical Narrative requires details on understanding the Performance Work Statement, including resumes for Key Personnel (Program/Project Manager and Supervisor) who must meet specific education and experience criteria related to U.S. Navy ship repair. Past Performance requires information on 3-5 recent (within 3 years) and relevant contracting efforts. Offerors must complete capacity and pricing sheets. Questions regarding the solicitation are due by October 29, 2025, at 1100 AM EST.
    NAVSEA Service Contracts Division seeks quotations for commercial items under FAR Part 12 and Subpart 13.5, Simplified Acquisition Procedures. Interested vendors must email quotations to melissa.e.white13.civ@us.navy.mil and alicia.l.almberg.civ@us.navy.mil by the deadline in Block 08 of SF 1449. Proposals require a technical narrative demonstrating understanding of the Performance Work Statement (PWS) and including resumes for Key Personnel. Key Personnel, including Program/Project Managers and Supervisors, must meet specific education and experience criteria in ship repair. Offerors must also submit a Capacity sheet (Attachment 6) detailing current jobs and manning, and a Pricing sheet (Attachment 7) with costs, valid for 60 days. Questions regarding amendments must be submitted by 11:00 AM EST on November 10, 2025, to the provided email addresses.
    This document outlines the evaluation criteria for government contracts, emphasizing a Best Value Trade-Off process. Proposals will be assessed on four factors: Technical Narrative, Past Performance, Capacity, and Price Reasonableness. Technical Narrative evaluates understanding and execution strategies for the Performance Work Statement (PWS). Past Performance is rated "Acceptable" or "Unacceptable," with "Unknown" performance considered "Acceptable." Capacity assesses available manpower, requiring utilization rates not exceeding 75%. Price Reasonableness evaluates proposed prices for fairness and adherence to FAR Subpart 13.5 and 13.106-3. The government reserves the right to award to other than the lowest price or highest technically rated offeror, prioritizing overall best value.
    This document, FAR provision 52.212-2, outlines the evaluation criteria for awarding contracts for commercial products and services. The government will award a contract to the responsible offeror most advantageous to the government, based on initial proposals. The award decision prioritizes the Lowest Price Offeror who achieves an acceptable rating in both technical capability and contractor capacity. Proposals are evaluated on three factors: Factor 1, Technical Narrative, assesses the offeror's understanding and proposed fulfillment of the Performance Work Statement (PWS). An unacceptable technical narrative will lead to disqualification. Factor 2, Capacity, evaluates the offeror's available manpower, with utilization rates not exceeding 75% for an
    The Norfolk Naval Shipyard (NNSY) Operations Security (OPSEC) Plan for Contractors outlines mandatory security requirements for contractors handling sensitive information. This plan emphasizes protecting Critical Information (CI), whether classified or unclassified, to prevent adversary exploitation and safeguard NNSY's mission. Contractors must adhere to a five-step OPSEC process: identify CI, analyze threats, analyze vulnerabilities, assess risks, and apply countermeasures. The Prime contractor is responsible for implementing and ensuring compliance with the plan, including training, administration, and execution. Strict controls are in place for Naval Nuclear Propulsion Information (NNPI), CUI, and personal identifiable information. Contractors are prohibited from posting sensitive government information online, discussing CI in unauthorized venues, or misusing government identification. The plan also details rules for Portable Electronic Devices (PEDs), computer network use, and CUI training. Unauthorized disclosure of CI can lead to contract termination or removal of personnel, with reporting requirements for any compromise to the Command Security Manager (CSM) or NCIS. Non-disclosure requirements remain in effect indefinitely.
    Attachment 6, titled "CONTRACTOR'S CURRENT CAPACITY," is a source selection information document under FAR 2.101 and 3.104. It requires contractors to detail their current operational capacity, including ongoing DoD and commercial jobs. This involves listing vessel names, project completion percentages, and the dedicated percentages of equipment (in good working condition) and manpower for each requirement. Contractors must also indicate weekend and shift work plans, explaining the number of shifts, and whether they plan to shift manpower or equipment between jobs. Additionally, the document mandates a breakdown of labor categories, specifying the total number of fully qualified employees and those dedicated to the current requirement. This attachment is crucial for evaluating a contractor's ability to undertake new federal contracts by assessing their existing commitments and resource allocation.
    The provided government file details labor costs for various job titles, including FireWatch/Tank Watch, Program Manager, Project Manager, and Supervisor. The data is presented in three distinct tables, each showing standard time (ST) pay rates, overtime (OT) pay rates, standard hours, and overtime hours for these roles. Although the individual ST Total, OT Total, and overall Totals are consistently listed as zero in the provided data, the pay rates for each job title vary across the tables, suggesting different potential scenarios or phases of a project. The file's purpose is to outline the financial breakdown of labor for government contracts, grants, or RFPs, enabling a clear understanding of expected staffing costs.
    The document indicates that the proper content could not be displayed, suggesting an issue with the user's PDF viewer. It advises upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux, providing a download link. Additionally, it offers a link for further assistance with Adobe Reader. The document also includes trademark information for Windows, Mac, and Linux. The main purpose of this document is to guide users in resolving technical issues related to viewing PDF files, which may be encountered when accessing government files like RFPs or grant applications.
    The document outlines a comprehensive project focused on upgrading critical infrastructure and systems. It details specific requirements for mechanical, plumbing, and fire suppression enhancements, with a strong emphasis on adhering to established standards and regulations. The project involves assessment of existing conditions, demolition, installation of new equipment, and coordination among various trades. Key areas of focus include improving sprinkler systems, ductwork, and piping, ensuring accessibility for maintenance, and integrating new mechanical and plumbing fixtures according to strict guidelines. The document also highlights the necessity of safety measures, including infection control and fire watches. Additionally, it lists various components and considerations such as hazardous materials, waste management, and environmental compliance, indicating a multifaceted approach to facility modernization and safety.
    Lifecycle
    Title
    Type
    Fire Watch/Tank Watch
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    Relief Valve & Valve Relief Kit
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting proposals for the procurement of relief valves and valve relief kits under solicitation N4215826QE008. This opportunity is set aside for small businesses, particularly Women-Owned Small Businesses (WOSB), and requires compliance with specific federal acquisition regulations, including packaging and inspection standards. The goods are critical components for naval operations, ensuring safety and functionality within the fleet. Interested vendors must submit their quotations via email to Michelle Augustus by the closing date, with proposals due to include technical capability, pricing, and acknowledgment of any amendments by December 8, 2025.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair and modernization of Building 171 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project, estimated to cost between $10 million and $25 million, involves critical repairs including roof restoration, structural enhancements, electrical upgrades, and life safety improvements, supporting essential subsurface machine shop operations for nuclear aircraft carriers and submarines. The completion of this project is crucial for maintaining operational capabilities, with a contract duration of 630 calendar days. Proposals are due by December 22, 2025, and interested parties must acknowledge receipt of the solicitation amendments to ensure their offers are considered. For further inquiries, contact Kristy Gerrek at (757) 341-0089 or via email at kristy.l.gerrek.civ@us.navy.mil.
    FY26 USNS KANAWHA MTA
    Buyer not available
    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 is aimed at securing services related to shipbuilding and repairing, with a focus on non-nuclear ship repair as indicated by the associated NAICS and PSC codes. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested parties must submit their proposals by December 12, 2025, at 3:00 PM EST, and can direct inquiries to Susan Bryant at susan.b.bryant.civ@us.navy.mil or by phone at 757-777-4648.
    FY26 MPL DOLLY LASHING STRAPS
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for the refurbishment and certification of 96 Dolly Lashing Straps, essential for the SSN-688 Class Submarine Weapons Handling Equipment. The contractor will be responsible for inspecting, disassembling, restoring, reassembling, and weight testing the straps to meet NAVSEA inspection requirements, as their current certification has expired. This procurement is a 100% Small Business Set-Aside, with a performance period from December 15, 2025, to August 5, 2026, and quotes are due by 12:00 PM EST on December 8, 2025. Interested vendors must submit their proposals to Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil and ensure they are registered in SAM.gov.
    FUEL STORAGE TANK
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting offers for the procurement of a fuel storage tank, as outlined in Solicitation Number N4215826QE006. This opportunity is aimed at manufacturers within the Metal Tank (Heavy Gauge) Manufacturing industry, specifically for the provision of lubrication and fuel dispensing equipment. The successful contractor will be responsible for delivering the specified tank to Portsmouth, Virginia, which is critical for supporting naval operations. Interested vendors must submit their quotations via email to Michelle Augustus by December 10, 2025, at 12:00 PM, and are encouraged to review the attached solicitation documents for detailed requirements and compliance instructions.
    SCBA LIFE EXTENSION
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from Women-Owned Small Businesses (WOSB) for the recertification of 75 MK8 life raft inflation cylinders. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to conduct testing in accordance with DoT-Special Permit 16320, utilizing Modal Acoustic Emissions (MAE) technology to ensure the cylinders meet safety and operational standards. This procurement is critical for extending the service life of the life raft cylinders, which are essential for certifying ships for mission-critical assignments. Proposals are due by December 8, 2025, with the performance period anticipated from January 15, 2026, to March 15, 2026. Interested parties can contact Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil or by phone at 757-396-0590 for further details.
    NNSY Industry Day Event Space
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is seeking proposals from qualified vendors for the rental of event space for the FY26 Industry Day, scheduled for February 18, 2026, with an alternative date of February 19, 2026. The procurement requires two connected rental spaces: one for up to 250 attendees for presentations and another for contractor information tables, along with comprehensive logistical support including setup, multimedia capabilities, and custodial services. This event is crucial for fostering collaboration and communication between the Navy and small businesses, emphasizing the importance of small business participation in government contracting. Interested offerors must submit their proposals via email by 10 AM EST on December 10, 2025, and may direct questions to Jordan Moore at jordan.e.moore.civ@us.navy.mil by December 1, 2025.
    Sources Sought - Paint Booth Cover and Filter Removal and Replacement
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is conducting market research to identify qualified sources for the removal and replacement of the paint booth cover and filters at its facility in Portsmouth, Virginia. The procurement involves providing labor and materials to replace the deteriorated outer cover and pre-filters of an expandable/retractable paint booth, which is critical for maintaining operational efficiency and compliance with safety standards. The project is expected to commence upon award, with a completion timeline of 120 days, and interested vendors must submit their capabilities statements by December 9, 2025, at 12:00 PM EST to the designated contacts, Roshanda Sansom and Jeremy Weible, via email. This opportunity is not a request for proposals, and no compensation will be provided for submitted information.
    VENT AND DUCT WORK SERVICE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes from qualified Women-Owned Small Businesses (WOSB) for vent and duct work services, focusing on laundry and galley exhaust ventilation cleaning aboard a US Navy ship in Yokosuka, Japan. The contract, identified as N0040626Q0008, requires the contractor to inspect, cryogenically clean, and report on seven ventilation systems, with the work scheduled to be completed between December 15 and December 31, 2025, in accordance with NAVSEA standards. This service is critical for maintaining operational safety and efficiency within naval vessels, ensuring compliance with local labor laws and various federal regulations. Interested parties must submit their quotes, along with a signed solicitation form, to the primary contact, Ferbien Encomienda, at ferbien.o.encomienda.civ@us.navy.mil, by the specified deadline to be considered for this firm-fixed-price award.
    Floating Plant Vessel Repair IDIQ MATOC-PreSolicitation
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Norfolk District, is preparing to issue a presolicitation for a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Preventative Maintenance and Vessel Repair Services. This contract, which is a total small business set-aside, aims to streamline the procurement process for rapid repair and maintenance of the Norfolk District Floating Plant, which plays a critical role in ensuring safe navigation in federal channels and waterways. The contract will cover a range of services including underwater hull repairs, propulsion system maintenance, and other essential repairs, with a minimum guarantee task order amount of $2,500. Interested contractors must be registered in the DoD System for Award Management (SAM) and are encouraged to monitor SAM.gov for the anticipated Request for Proposal, expected around October 2025. For inquiries, potential offerors can contact Amy Coody at amy.h.coody@usace.army.mil or Stormie Wicks at stormie.b.wicks@usace.army.mil.