Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - DRAFT Solicitation - ZONE 1 - CONUS
ID: W912CH-25-R-0001Type: 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, 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army Watercraft Sustainment Maintenance (AWSM) Program outlines the inventory and condition of various Army watercraft systems as of September 4, 2024. It categorizes fleets into Class A2, Class A1, Class B, and Class C vessels, detailing specific numbers and types under each class. Notably, there are 6 Class A2 vessels, 17 Class A1 vessels including Landing Craft Utility (LCU) types, and several Class B vessels with a total of 6 Small Tug (ST) units and various landing crafts. The document emphasizes the operational capabilities of these vessels, including their classification based on their use in ocean-going, coastal, and inland environments. Class C vessels, largely consisting of barges, exhibit no operational assets beyond one Barge Derrick. This summary provides insights into the Army's logistical capabilities for watercraft and infrastructure, vital for supporting military operations and ensuring fleet readiness. The information may inform federal RFPs and grants aimed at enhancing maritime support for Army operations.
    The document outlines the Army Watercraft Sustainment Maintenance (AWSM) solicitation W912CH-24-R-L001 for CONUS (Continental United States) operations. It provides a Government Format Pricing Model (GFPM) for offerors, detailing instructions for submitting pricing proposals, including inputs for labor rates, indirect costs, and profit margins. Key tabs include sections for total proposed pricing, labor category breakdowns, and fully burdened labor rates (FBLR). Offerors are instructed to fill in yellow-highlighted cells while ensuring that formulas in non-highlighted cells remain unaltered. The total proposed price consists of labor, material costs, and associated indirect costs spread over a six-year timeline, concluding with a six-month option. Labor categories include various trades such as supervisors, machinists, and electricians, with specific emphasis on cost evaluations for each category over multiple ordering years. The document seeks detailed and accurate pricing from offerors to ensure the sustainability of Army watercraft operations through effective maintenance and support services, showcasing the government's commitment to operational readiness and fiscal responsibility in procurement processes.
    The government contract seeks a contractor to perform On Condition Cyclic Maintenance (OCCM) and Service Life Extension Program (SLEP) efforts on the Army Vessel Fleet. The contractor must provide all necessary labor, materials, equipment, and vessel certifications. Tasks encompass maintenance and repairs across a variety of vessel systems, including mechanical, electrical, fuel, and navigation systems. The contract outlines key performance metrics, including specified timelines for completion, the need for certifications, and provisions for handling adverse weather conditions. Any travel required by the contractor will be reimbursed under guidelines, while strict adherence to regulatory and environmental compliance is mandated. Moreover, the contractor is responsible for protecting the vessels from theft and damage during repair, procuring parts to standard specifications, and maintaining compliance with warranty provisions. The document emphasizes security awareness and operational security training for all contractor personnel, alongside meeting the certifications for accessing government facilities. Overall, this contract represents significant effort to ensure the operational readiness and maintenance compliance of the Army's watercraft systems, encapsulating both the technical and logistical requirements necessary for successful execution in alignment with federal guidelines.
    This document outlines the instructions for submitting proposals in response to a federal solicitation by the US Army Contracting Command. It establishes guidelines for proposal format, minimum acceptance period, and required volumes, emphasizing that proposals must be comprehensive, well-detailed, and comply with outlined specifications. Key components include a 240-day acceptance period, a format requiring four proposal volumes (Past Performance, Price, Small Business Participation, and Administrative), and submission instructions that specify content, labeling, and acceptable electronic formats. The proposal evaluation will focus on three main factors: past performance, pricing, and small business participation. Offerors must substantiate their past performance with detailed contract information and adhere to strict formatting guidelines. The document also covers submission logistics, including delivery methods and the necessity for a Property Management Plan. Overall, the document serves to facilitate a competitive and organized bidding process, ensuring that offers are evaluated based on their comprehensiveness and adherence to federal requirements, ultimately fostering transparency and equity in public procurement.
    The document outlines the evaluation factors for awarding firm-fixed-price contracts under the Army Watercraft Sustainment Maintenance (AWSM) Program. The Government intends to award around 15 contracts based on three primary factors: Past Performance, Price, and Small Business Participation, with Past Performance being the most significant. Award eligibility requires registration in the System for Award Management (SAM) and compliance with various criteria. Proposals can be rejected for failing to meet the solicitation instructions or containing unbalanced pricing. The selection process includes a compliance review, evaluation of proposals for best value, and a performance confidence assessment. The document specifies the Government's small business participation goals, which must be demonstrated credibly to receive a favorable evaluation. It emphasizes the importance of proposal consistency and details various requirements for the Property Management Plan. The structure focuses on methodologies for evaluating offers, ensuring responsibility, and assessing performance history to foster competition and support small businesses. This solicitation reflects the Government's commitment to securing effective, reliable service while promoting economic inclusion.
    The Army Contracting Command – Detroit Arsenal is issuing a Request for Information (RFI) to assess industry interest and capabilities for the Enhanced Power Distribution Unit Version 2 (EPDU-2) Retrofit Kit intended for the Stryker Family of Vehicles (FoVs). This RFI serves as a market survey to gauge potential suppliers’ experiences and capabilities in providing upgrades for Ground Combat Armored Vehicles. The EPDU-2 Retrofit Kit aims to enhance power distribution capabilities within the Stryker DVHA1 FoV, incorporating advanced communication and management functionalities. Respondents must be U.S. companies with secure facilities and are required to answer a series of technical and operational questions about their experience, production capabilities, quality control measures, and handling of sensitive data. The RFI explicitly states that it is not a solicitation for a proposal, and respondents will not receive feedback on their submissions. Responses are due by November 6, 2024, and must adhere to specified formatting rules. The document emphasizes the Government's commitment to protecting proprietary information while facilitating market research to identify suitable solutions for upgrading military assets.
    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.
    Military Sealift Command Waterborne Hull Cleaning and Associated Work Sources Sought
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified small businesses to provide waterborne hull cleaning and associated underwater ship husbandry services for its Government Owned, Government Operated vessels. The procurement aims to assess the capabilities of potential offerors in fulfilling requirements for hull cleaning, inspection, and related tasks across various geographical zones, including the Atlantic, Pacific, and European waters. This initiative underscores the importance of maintaining operational standards for naval maintenance while promoting small business participation in government contracts. Interested parties should respond to the market survey by March 3, 2025, and can direct inquiries to Shelby Probert at shelby.m.probert.civ@us.navy.mil or Timothy Lewis at timothy.lewis60.civ@us.navy.mil.
    Weapons Management System (WMS) New Buys
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the acquisition of a Weapons Management System (WMS) through a combined synopsis/solicitation. This procurement aims to secure new manufactured items from authorized manufacturers, with a focus on compliance with the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR), particularly regarding telecommunications and small business subcontracting plans. The WMS is critical for enhancing the operational capabilities of the Coast Guard, ensuring effective management and deployment of weapon systems. Interested offerors should contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil or call 206-831-4477 for further details, and must adhere to the specified submission requirements and deadlines outlined in the solicitation documents.
    Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals for the procurement of the Special Purpose Craft - Heavy Weather Second Generation (SPC-HWX II). This initiative aims to design, construct, and deliver specialized vessels capable of performing critical missions such as search and rescue, law enforcement, and environmental protection under severe weather conditions. The SPC-HWX II is expected to operate effectively in heavy seas and extreme temperatures, with specific requirements for durability, safety, and operational capabilities. Interested contractors should contact William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil for further details, with a total estimated contract value of $1,660,000 over a seven-year period and proposals due by the specified deadlines.