NWAMS II
ID: M6700425R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERALBANY, GA, 31704-0313, USA

NAICS

Other Support Activities for Water Transportation (488390)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Navy Watercraft Afloat Maintenance Services (NWAMS II) Contract, aimed at providing essential maintenance support for the Maritime Prepositioning Force (MPF). This Request for Proposals (RFP) M6700425R0001 is a 100% HUBZone set-aside, focusing on various marine maintenance services as outlined in the Performance Work Statement (PWS), including routine maintenance, logistics, and material management to ensure Navy watercraft readiness for deployment. The contract emphasizes adherence to safety and environmental regulations, requiring skilled personnel and government approval for significant expenditures or operational changes. Interested parties should contact Stanley Sanders at stanley.sanders@usmc.mil or Malcolm Williams at malcolm.c.williams.civ@usmc.mil for further details, with proposals due in accordance with the specified timelines.

    Files
    Title
    Posted
    The document outlines Request for Proposals (RFP) M6700425R0001 for the Navy Watercraft Afloat Maintenance Services (NWAMS) II Contract, focusing on maintenance support for the Maritime Prepositioning Force (MPF). This RFP is a HUBZone set-aside, emphasizing the provision of various marine maintenance services in accordance with the specified Performance Work Statement (PWS). The RFP specifies multiple Contract Line Item Numbers (CLINs) detailing tasks such as NWAMS II Services, Over and Above work, and Travel/ODCs, all requiring government approval for invoicing and travel arrangements. The scope includes routine maintenance, logistics, and material management for Navy watercraft, ensuring readiness for deployment during exercises and crises. The contractor must adhere to specified standards and acquire government approval for significant expenditures or changes in operations. Organizational structure, personnel requirements, and adherence to safety and environmental regulations are integral to the contract's execution, emphasizing the need for skilled personnel and rigorous compliance with military protocols. The aim of this RFP is to establish a framework for effective maintenance and logistics services essential for Navy operations, ensuring operational readiness and efficiency while detailing the complex interdependencies involved in maritime logistics support.
    Lifecycle
    Title
    Type
    NWAMS II
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Private Sector Workload Forecast Material for Public Website
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking industry partners to provide private sector workload estimates for surface ship maintenance for Fiscal Year 2023, Quarter 4 Month 2. The objective is to communicate aggregate ship maintenance demand to assist contractors in planning their resources effectively, while emphasizing that this information does not constitute a request for proposals or a commitment to contract work. This initiative is crucial for maintaining operational readiness and ensuring that the Navy's maintenance schedules align with industry capabilities. Interested parties can reach out to LCDR Kyle Watson at kyle.a.watson15.mil@us.navy.mil or Jamillah Powell at jamillah.l.powell.civ@us.navy.mil for further inquiries, with future updates expected to be posted on SAM.gov.
    Multi Mission Surface Combatant (MMSC) - Professional Mariner (PM) Crew
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking proposals for the operation and maintenance of four Multi Mission Surface Combatants (MMSC) during a 14-month Post Delivery period. The procurement aims to secure a Professional Mariner (PM) Crew, augmented by a detachment from NSWC-PHD, responsible for safe navigation, equipment maintenance, and shipboard services during both in-port and at-sea operations. This initiative is critical for ensuring the operational readiness and effective management of naval assets, particularly as the MMSC is designed for advanced military capabilities and international cooperation. Interested parties should contact Daniel Fisher at daniel.a.fisher46.civ@us.navy.mil for further details, and must submit requests for additional information by November 15, 2024, with feedback on the draft Statement of Work due by November 22, 2024. An Industry Day is anticipated in December 2024, with a Request for Proposal expected to be released in fiscal year 2025.
    Marine Mammal Boats
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking information from Historically Underutilized Business Zone (HUBZone) sources capable of providing Marine Mammal Boats as outlined in the Draft Statement of Work (SOW). The procurement aims to support the Naval Information Warfare Center's Marine Mammal Program, which is crucial for the detection, location, marking, and recovery of underwater objects, thereby enhancing Navy security. Interested parties are required to submit a Capability Statement, including company details, business size, estimated pricing, and SBA HUBZone certification, by 3:00 PM PDT on October 29, 2024, to Contract Specialist Robert Soto at robert.soto76.civ@us.navy.mil. This opportunity is not a solicitation for proposals but a request for information to assess the market and determine the appropriate acquisition method.
    J--Boat Preventative Maintenance and Repair
    Active
    Dept Of Defense
    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.
    PRODUCT FAMILY SUPPORT SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Southwest Regional Maintenance Center (SWRMC) of the Department of the Navy, is preparing to solicit proposals for Product Family Support Services under solicitation N55236-25-R-3000. The objective of this procurement is to secure a contractor capable of providing a comprehensive range of maintenance, repair, and assessment services to support the U.S. Navy fleet, particularly focusing on intermediate-level maintenance and repair for over 100 surface ships and submarines. This contract, which will be awarded as a Cost-Plus Fixed-Fee arrangement, is crucial for ensuring the operational readiness of naval assets in the Southwest U.S. region and is anticipated to have a base period of twelve months with four one-year options. Interested vendors should direct their inquiries to Kathy Choi or Dayen Lagunas via email by November 8, 2024, as a formal solicitation is expected to be issued in November 2024, with contract award anticipated in the fourth quarter of fiscal year 2025.
    Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - UPDATED 24 OCT 2024
    Active
    Dept Of Defense
    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. This initiative aims to establish a Master Agreement for the Repair and Alteration of Vessels (MVA), requiring contractors to demonstrate their capacity for vessel repairs in compliance with NAICS Code 336611 (Ship Building and Repairing). The AWSM program is crucial for maintaining the operational readiness of military maritime assets, ensuring efficiency and safety in vessel operations. 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 note that participation in upcoming industry engagement sessions is voluntary, with registration deadlines set for October 30, 2024, and November 25, 2024, for events in New Orleans and Japan, respectively.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
    J--Boat Preventative Maintenance and Repairs
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four Oil Spill Recovery boats at Naval Weapons Station Earle, NJ. The services will be acquired through a small business set-aside procurement action. The contract will have a one-year base period of performance and four one-year ordering periods thereafter. The services will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Subpart 13.5. Interested vendors can download the request for quote from the NECO and FBO websites starting from 15 March 2018. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA), which encompasses maintenance, modernization, and repair services. This contract requires a highly capable contractor with substantial facilities and human resources to effectively manage and integrate multiple areas of ship maintenance and repair, specifically for the West Coast. The solicitation is issued electronically via PIEE, and interested offerors must monitor the PIEE/SAM.gov page for updates and amendments, with key attachments available upon request from the designated contacts. For further inquiries, potential bidders can reach out to Contract Specialist James Thomas at james.c.thomas118.civ@us.navy.mil or Contracting Officer Brian Han at brian.s.han3.civ@us.navy.mil.
    MHE and SMSE Maintenance Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking MHE and SMSE Maintenance Services in Norfolk, VA. The services include lubrication, maintenance, repair, overhaul actions, and transportation movement on Shipboard and Shore-based Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). MHE refers to self-propelled equipment used in storage and handling operations, while SMSE includes container handlers, mobile shipboard cargo cranes, and other equipment. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. The RFP will be available for download on beta.SAM.gov on or around 1 March 2021. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Heather Coleman at HEATHER.COLEMAN@NAVY.MIL.