Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - DRAFT Solicitation - ZONE 1 - CONUS
ID: W912CH-25-R-L001Type: 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, 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army Watercraft Sustainment Maintenance (AWSM) Program outlines the current status and classifications of various watercraft systems within the Army fleet as of September 4, 2024. The document provides a detailed inventory of vessels categorized into Class A2 (ocean-going), Class A1 (coastal/inland), Class B (coastal/inland without full amenities), and Class C (barges with minimal equipment). Key assets include six Logistic Support Vessels in Class A2, seventeen Landing Craft Utility vessels in Class A1, and multiple types within Class B, such as Modular Warping Tugs and Landing Craft Mechanized. Class C vessels, specifically the barge categories, currently have no operational vessels. In total, the program maintains a count of powered units and various types of watercraft to ensure logistical support capabilities for the Army. The document serves to inform federal agencies and stakeholders about the operational readiness and inventory management of Army watercraft systems, critical for defense logistics and strategy.
    The Army Watercraft Sustainment Maintenance (AWSM) Request for Proposal (RFP), solicitation number W912CH-24-R-L001, outlines the requirements for contractors to provide maintenance services to U.S. Army watercraft in the Continental United States (CONUS). The document specifies a Government Format Pricing Model (GFPM) for estimating costs over six ordering years, detailing required inputs for labor rates, material costs, and overhead expenses. Offerors must provide ceiling rates for Fully Burdened Labor Rates (FBLR), profit rates, and cost escalation factors, capturing anticipated cost fluctuations over the contract term. The attachment includes a structured format for calculating total proposed prices, requiring careful input in designated yellow-highlighted cells while maintaining integrity in other non-editable fields. Each labor category has specific hours and cost projections, culminating in an estimated total of approximately $48 million for all pricing over the six years. The document serves to guide potential contractors in preparing competitive bids for military watercraft maintenance, ensuring compliance with government pricing and contracting standards.
    This document outlines the scope of a contract for On Condition Cyclic Maintenance (OCCM) and Service Life Extension Program (SLEP) for the U.S. Army Vessel Fleet. The contractor will provide necessary labor, materials, and equipment to maintain and certify vessels’ operational readiness, covering various systems including mechanical, electrical, and navigation. Task orders may include repairs, modernizations, and maintenance, guided by compliance with Department of Defense and Army regulations. Key responsibilities also involve managing environmental compliance, hazardous materials, and maintaining rigorous safety protocols during operations. Performance timelines are stringent, requiring rapid updates on scheduling and conditions that may affect completion. A detailed approach is mandated for component substitutions, procurement standards, and subcontract work. The document emphasizes the contractor’s obligation to maintain accurate documentation regarding all processes, including Condition Reports, data on installed parts, and adherence to security classifications. Moreover, it outlines contractors' qualifications, training requirements for employees regarding Operations Security and Anti-Terrorism, and provisions for identity verification and access controls. Overall, the purpose is to ensure mission-capable vessels while maintaining the highest standards of compliance and operational efficiency.
    This document outlines the proposal requirements for a U.S. Army solicitation, specifically addressing necessary formats, volumes, and submission details for prospective contractors. Offerors must submit proposals in English and U.S. dollars, divided into four volumes: Past Performance, Price, Small Business Participation, and Administrative. Each volume is to be submitted on separate CD-ROMs or DVDs, clearly labeled for evaluation. Proposals must be submitted before the specified deadline to the US Army Contracting Command in Warren, MI, following strict guidelines to ensure compliance with Federal Acquisition Regulations. Key evaluation factors include past performance, pricing strategy, and the involvement of small businesses, with explicit requirements for documentation, information substantiation, and addressing potential organizational conflicts of interest. A Property Management Plan (PMP) is also required, outlining management strategies for government properties. Compliance with all stipulations, such as providing a valid certification for small business subcontracting plans, is crucial for eligibility. This solicitation underscores the government's commitment to transparency, fair competition, and engagement of small business entities in federal contracts.
    The file outlines the evaluation factors for awarding contracts under the Army Watercraft Sustainment Maintenance (AWSM) Program. The Government plans to issue multiple firm-fixed-price contracts based on three key evaluation factors: Past Performance, Price, and Small Business Participation. The intention is to award approximately 15 contracts, prioritizing proposals presenting the best value through a trade-off process. Proposals must be compliant, registered in the System for Award Management (SAM), and devoid of deficiencies. The selection process includes a Compliance Review followed by a Source Selection Evaluation, where past performance is paramount, followed by price and small business participation. The document details the assessment protocols for past performance credibility, price reasonableness, and unbalanced pricing, emphasizing the importance of small business engagement with specific goals outlined for various categories. The approach aims to foster small business opportunities while ensuring efficient contract performance aligned with governmental standards and objectives. This structure highlights the Government's commitment to quality, cost-effectiveness, and inclusivity in procurement practices.
    Similar Opportunities
    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 - DRAFT Solicitation - ZONE 2 - OCONUS
    Buyer not available
    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.
    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 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.
    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.
    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.
    MSC PROFORMAS DECEMBER 2024 (12-24)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for various maritime services, including tugboat, dry cargo, tanker, and passenger charters, effective December 2024. The procurement aims to secure reliable and compliant transportation and logistical support for military operations, emphasizing adherence to federal regulations, safety protocols, and operational readiness. These services are critical for maintaining the efficiency of defense logistics and ensuring the timely movement of military cargo and personnel. Interested contractors can contact Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details and must adhere to the submission guidelines outlined in the associated RFP documents.
    Water Vessel Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for water vessel repairs as part of a Sources Sought notice. The procurement focuses on comprehensive repair objectives for a water vessel measuring 89 feet in length, with specific tasks including the replacement of diesel engine components, structural repairs, and updates to electrical systems to ensure operational safety and compliance with the latest standards. This initiative is crucial for maintaining the vessel's functionality in diverse marine environments, aligning with government procurement needs for maritime operations. Interested parties can reach out to Tevin Brown at tevin.brown@us.af.mil or call 315-634-4343 for further details.
    60' Dive Support Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot aluminum Dive Support Boat, intended for underwater maintenance, repair, and cleaning operations for the U.S. Navy. The contractor will be responsible for the design, construction, and delivery of the vessel, adhering to strict specifications and requirements, including conducting a Design Maturity Review and ensuring compliance with safety and environmental regulations. This procurement is crucial for enhancing the operational readiness of naval forces, with a focus on specialized tactical support capabilities. Interested parties, particularly those qualifying under the Historically Underutilized Business (HUBZone) set-aside, should contact Robert Soto at robert.soto76.civ@us.navy.mil or 951-393-5218 for further details and to ensure compliance with submission deadlines.