Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - UPDATED 17 Mar 2025
ID: W912CH-AWSMType: Special Notice
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
  1. 1
    Posted Oct 9, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 9:00 PM UTC
Description

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 vessel repair and maintenance. This initiative aims to establish a Master Agreement for the Repair and Alteration of Vessels (MVA), ensuring that contractors meet specific eligibility criteria related to financial management, quality assurance, and safety protocols. The AWSM Program is critical for maintaining the operational readiness of U.S. Army watercraft, with an estimated maximum ordering value of approximately $522 million across various maintenance tasks. Interested contractors must submit their qualifications and relevant documentation by the specified deadlines, with key contacts Brandon LaBonty and Christopher Murphy available for inquiries at their respective email addresses.

Point(s) of Contact
Files
Title
Posted
The Army Watercraft Sustainment Maintenance (AWSM) Program is hosting an industry day event on December 10, 2024, at Yokohama North Dock, Japan. The purpose of this event is to engage with industry leaders regarding Army sustainment requirements and provide insights into the actions projected for contract awards linked to the program. The event will feature presentations from key personnel of the Army Contracting Command - Detroit Arsenal (ACC-DTA) and the Tank Automotive and Armaments Command (TACOM), followed by question and answer sessions. Interested participants must RSVP by December 3, 2024, providing their organization and attendee names. The event is free and does not include meals. It is important to note that this announcement serves only as a notice and does not constitute a commitment by the government to solicit proposals or award contracts. Furthermore, attendees will not be reimbursed for any costs incurred related to their participation. The industry day emphasizes voluntary interaction and focuses on collaboration between the government and industry for sustainment efforts.
The Army Contracting Command - Detroit Arsenal (ACC-DTA) has released Amendment 0001 to Announcement 0004 regarding the Agreement for Boat Repair (ABR). This amendment updates the corrosion control plan affiliation to the Association for Materials Protection and Performance (AMPP). The ABR aims to establish a master agreement for ship repair work, enabling contractors to meet the Department of Defense's standards. Interested contractors must demonstrate their organizational capability and submit detailed eligibility documentation by the deadline. Key requirements include financial capability, quality control processes, safety measures, and a comprehensive corrosion prevention plan. Annual revalidation of active ABRs will ensure contractors maintain necessary qualifications. If disapproved, applicants will receive a letter detailing reasons without guidance on rectifying deficiencies. Specific eligibility criteria reference the NAICS Code 488390 for water transportation support services, highlighting the need for robust management and technical capabilities. Electronic submission of ABR applications is required, with contact details provided for further inquiries. The overarching purpose of this document is to communicate the requirements and procedures necessary for contractors seeking to qualify for vessel repair agreements within the federal framework.
The Army Watercraft Sustainment Maintenance (AWSM) Program is hosting an Industry Day at the 2024 International WorkBoat Show to engage industry partners in discussions regarding Army sustainment requirements. Scheduled for November 13-14, 2024, at the Morial Convention Center in New Orleans, LA, the event includes a 30-minute briefing on the AWSM program, followed by opportunities for one-on-one meetings with Army leadership. Interested attendees must submit their registration information to the Army Contracting Command (ACC-DTA) by November 4, 2024, with limited spots available for personalized discussions on a first-come, first-served basis. The event is cost-free and intended for industry participation, although attendance does not obligate the government in any contractual capacity. All questions raised during the industry brief will be collected for later responses on SAM.Gov. This announcement serves as a notice rather than a formal invitation for proposals, underscoring voluntary industry involvement without financial reimbursement from the government.
The Army Contracting Command – Detroit Arsenal (ACC-DTA) is announcing its participation in the 2024 International WorkBoat Show to discuss the Army Watercraft Sustainment Maintenance (AWSM) program. An Industry Day Briefing will take place on November 14, 2024, in New Orleans, LA, providing an overview of sustainment requirements and allowing contractors to engage with Army leadership. Attendees can submit questions after the presentation, which will be addressed and posted on SAM.gov. Additionally, one-on-one meetings with Army representatives will be available on a first-come, first-served basis on November 13 and 14, 2024. Interested parties must RSVP by November 7, 2024, providing their company and personal information. This announcement serves solely as a notice for information purposes; it does not constitute a commitment to solicit proposals or award contracts. Participation is voluntary, with no compensation for costs incurred by attendees. The event underscores the Army's outreach to industry for enhancing watercraft capabilities and logistics. All inquiries should be directed to the ACC-DTA Watercraft email.
The Army Contracting Command – Detroit Arsenal (ACC-DTA) is hosting an informational session at the 2024 International WorkBoat Show focused on the Army Watercraft Sustainment Maintenance (AWSM) program. On November 14, 2024, industry representatives will have the opportunity to engage with ACC-DTA leadership through a 30-minute briefing and 20-minute one-on-one meetings. The event will take place at the Morial Convention Center in New Orleans, LA, without any associated costs for attendees. Interested parties must register by November 7, 2024, providing their company name, attendee details, and availability for one-on-one meetings, which are offered on a first-come, first-served basis. While the event will allow contractors to pose questions to the Contracting Officer following the briefing, participation is voluntary, and there are no financial commitments from the Government. This notice serves as a precursor to future solicitations but does not guarantee any contracts or funding related to the session. For additional inquiries, a designated email contact is provided.
Mar 17, 2025, 1:05 PM UTC
The Army Contracting Command - Detroit Arsenal (ACC-DTA) is seeking prospective contractors for a Master Agreement for the Repair and Alteration of Vessels (MVA). This non-contractual agreement allows for future contracts regarding vessel repairs and alterations, contingent on the contractor meeting specific eligibility criteria. Interested contractors must submit statements detailing the work they intend to perform, alongside evidence of their capabilities in areas such as financial management, subcontractor supervision, and quality assurance. Key requirements include administrative control documentation, financial capability evaluations, safety protocols, and detailed facility descriptions. Contractors with previously approved MVA packages from other government agencies can submit those for consideration. The submission must adhere to the guidelines set forth under the North American Industry Classification System (NAICS), specifically code 336611 for shipbuilding and repairing. Annual revalidation of active MVAs will ensure continued compliance, with disapproved applications receiving written feedback without guidance for reapplication. This MVA initiative emphasizes the government's commitment to ensuring qualified contractors can efficiently manage vessel repair projects while adhering to stringent standards of operation and safety.
The Army Contracting Command - Detroit Arsenal (ACC-DTA) is hosting an Industry Day on December 10, 2024, at Yokohama North Dock, Japan, to discuss the Army Watercraft Sustainment Maintenance (AWSM) Program. The event will begin at 0900 and end at 1200, allowing industry representatives to engage with leadership from the Tank Automotive and Armaments Command (TACOM) and the Integrated Logistics Support Center (ILSC) Watercraft Inspection Branch. Presentations will cover program details and upcoming award actions, featuring a general Q&A session with the Procuring Contracting Officer. Registration is required by November 25, 2024, with no costs or meals provided for attendees. Importantly, this notice is informational and does not imply any government obligation to solicit proposals or award contracts. Participation is voluntary, and the government will not reimburse any incurred costs. For inquiries, attendees may contact the designated ACC-DTA email address.
Dec 16, 2024, 7:05 PM UTC
The Army Contracting Command - Detroit Arsenal (ACC-DTA) has released a Request for Information (RFI) regarding the establishment of a Master Agreement for the Repair and Alteration of Vessels (ABR). This agreement facilitates future contracts for ship repair work by qualifying contractors who can demonstrate their organizational capacity to perform such tasks. Contractors must submit a detailed eligibility application, which includes evidence of their capabilities aligned with NAICS Code 488390, and a comprehensive set of documentation, such as management structures, financial evaluations, quality assurance processes, and safety plans. The ACC-DTA will review applications and may conduct on-site eligibility surveys. Approved contractors will be awarded an ABR, while disapproved applicants will receive feedback on the areas causing rejection. Active ABRs will undergo annual revalidation to ensure compliance and ability to perform work. This RFI process underscores the government’s commitment to ensuring contractor readiness and capabilities in vessel repair, adhering to federal acquisition regulations.
Mar 17, 2025, 1:05 PM UTC
The Army Watercraft Sustainment Maintenance (AWSM) Program is seeking industry input through a Request for Information (RFI) regarding necessary labor categories. This initiative aims to identify critical labor roles for the AWSM Program, essential for maintenance and repair tasks on military watercraft. The proposed labor categories include various specialized roles such as Supervisor, Machinists, Welder, Electrician, Technician, and General Laborer, among others. The US Government encourages suggestions for additional labor categories that may be relevant, along with justifications for their inclusion. Stakeholders are invited to provide their feedback by February 7, 2025, directed to specified contract specialists. This RFI reflects the government's commitment to effective workforce planning and the continuous improvement of its operational capabilities in the maritime sector, ensuring readiness and sustainability of its watercraft assets.
The Army Watercraft Sustainment Maintenance (AWSM) Program Announcement outlines participation opportunities for industry representatives at the 2024 International WorkBoat Show. The event will occur on November 13-14, 2024, at the Morial Convention Center in New Orleans, LA. Key presentations will be made by the Army Contracting Command – Detroit Arsenal (ACC-DTA), including a 30-minute briefing on the AWSM program and 20-minute one-on-one sessions for in-depth discussions with industry leaders. Registration for the Industry Day Briefing and one-on-one meetings requires prior RSVP by October 30, 2024. While contractors can ask questions after the briefing, the notice clarifies that the announcement is informational and does not imply any commitment from the government to award contracts or reimburse participation costs. Attendees understanding the non-binding nature of this engagement is essential, as attendance is voluntary. For inquiries, participants are advised to contact the provided email address, ensuring clear communication regarding the AWSM program and related opportunities. The document emphasizes the government’s intention to enhance collaboration with industry stakeholders through this initiative.
Mar 17, 2025, 1:05 PM UTC
The Army Watercraft Sustainment Maintenance (AWSM) Program briefing, hosted by the Army Contracting Command - Detroit Arsenal, outlines the program’s requirements, contract structures, and evaluation criteria for upcoming solicitations. The AWSM aims to manage maintenance and repair for various U.S. Army watercraft, categorized into three zones: CONUS (Continental U.S.), OCONUS (Outside Continental U.S.), and Pier Side operations. Each zone involves different maintenance tasks, including modifications and emergency repairs, with a combined estimated maximum ordering value of approximately $522 million. The briefing emphasizes the importance of small business participation and establishes that all participants must have an approved Master Vessel Agreement (MVA) or Agreement for Boat Repair (ABR) prior to the solicitation closing. The RFP process includes distinct evaluation criteria, where past performance, small business involvement, and pricing will determine contract awards. Expected timelines for proposal submissions and contract awards are also specified, aiming for proposals due in May 2025 and contract awards in January 2026. This initiative reflects the Army’s commitment to maintaining a capable and effective watercraft fleet to support military operations globally, ensuring safety and operational readiness.
The Army Watercraft Sustainment Maintenance (AWSM) Program Industry Day Briefing outlines the upcoming procurement process for maintenance and modernization services for the U.S. Army's watercraft fleet. Led by the Army Contracting Command – Detroit Arsenal, the briefing details the structure of the Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts, divided into three zones: Zone 1 (CONUS), Zone 2 (OCONUS), and Zone 3 (Pier Side). The estimated maximum values for each zone are $241 million, $211 million, and $70 million, respectively. Key topics include the requirements for small business participation, the proposal evaluation process, and the need for offerors to have an approved Master Vessel Agreement (MVA) or Agreement for Boat Repair (ABR) prior to solicitation closing. The document emphasizes the importance of past performance and small business engagement in the selection process. Future milestones include an anticipated Request for Proposals (RFP) release in March 2025 and awards aimed for January 2026. The AWSM program aims to ensure a safe, operable fleet capable of supporting diverse military operations, thereby enhancing the Army's maritime capabilities.
The document outlines a series of presolicitation questions and answers related to the Follow-On Army Watercraft Sustainment Maintenance (AWSM) program. It addresses inquiries about contractor qualifications, bidding processes, and proposal submission requirements for a contract expected to be released in March 2025. Key topics include the set-aside status for small businesses, the need for specific design adherence, and clarifications regarding the submission of contractor documentation, such as the Agreement for Boat Repair (ABR) and Minimum Viable Assets (MVA). Participants are encouraged to submit their ABR or MVA documentation early to resolve potential issues before the solicitation deadline. Different work zones—CONUS, OCONUS, and Pier Side—are delineated, along with performance expectations for repairs at contractor facilities. Feedback on the draft solicitation is welcomed without a strict deadline. The summary emphasizes the importance of financial capability evaluations and resource allocation for subcontractors in proposals, particularly regarding small business participation goals. The document serves as a guide for companies seeking to engage in the AWSM program, fostering clarity on requirements and expectations for successful bids.
The document addresses presolicitation questions and answers regarding the Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program. It clarifies that the program is a small business set-aside based on previous competition, implementing the Rule of Two for all Task Orders. If this rule is not met, the Task Order will then be subject to broader competition. Additionally, it emphasizes that contractors cannot propose their designs, as the project requires adherence to specific design and components specified in the provided drawings. The Maintenance and Technical Operations (MATOs) currently do not foresee any deviations from these established specifications. This structured Q&A format serves to guide potential contractors through the requirements and limitations of the AWSM program, reinforcing compliance with federal contracting standards and maintaining consistency in design and execution.
The document focuses on the Follow-On Army Watercraft Sustainment Maintenance (AWSM) program, outlining presolicitation questions and answers related to the program. It addresses various inquiries from contractors regarding set-asides, submission processes, and specific requirements for contractor qualifications and design adaptations. Key points include the determination of small business set-asides based on the previous competition, the necessity for contractors to adhere to specific designs outlined in the drawings, and guidelines for submitting qualifying documentation, including the Agreement for Boat Repair (ABR) and Multi-Vehicle Agreement (MVA). The document notes that a draft solicitation has been posted, with the final Request for Proposal (RFP) expected in March 2025. It specifies performance locations, indicating that most tasks will occur at contractor facilities, and highlights the importance of revalidating certifications annually, with drydock certifications being central. The document encourages early feedback on the draft solicitation to allow for potential adjustments. Overall, this file serves as an informative guide for contractors interested in participating in the AWSM program, detailing procedural requirements and timelines.
The "Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program" presolicitation document outlines a series of questions and answers (Q&As) related to the program, focusing on contractor qualifications, submission processes, and project performance locations. It emphasizes that the AWSM is not a large business set-aside due to prior competition and that contractors can bid on specific task orders based on their capabilities. Key points include the submission of qualifying documentation by contractors, especially regarding their Agreement for Boat Repair (ABR) and Maintenance Verification Agreements (MVA), which must be current and revalidated annually. The document also specifies zones for performance: CONUS (Continental United States), OCONUS (Outside the Continental United States), and Pier Side. Contractors are encouraged to submit feedback on draft solicitations to facilitate potential adjustments before the final Request for Proposal (RFP) release, slated for March 2025. Additionally, specific requirements for financial evaluations and the need for detailed documentation are outlined, ensuring an informed bidding process. This summary highlights the government’s structured approach to inviting bids and maintaining rigorous standards in watercraft maintenance contracts.
The document outlines the presolicitation questions and answers related to the Follow-On Army Watercraft Sustainment Maintenance (AWSM) program. The primary focus is on clarifying contractor eligibility and requirements for submitting bids. Key topics include the exclusion of large business set-asides due to prior competition results and specifications around design submissions, where deviations from set design components are not anticipated. Contractors are encouraged to promptly submit qualifying documentation, such as Agreement for Boat Repair (ABR) or Military Vehicle Agreement (MVA), to address any potential issues ahead of deadlines. The document also informs contractors about the process for bidding on task orders under a proposed five-year multiple award IDIQ contract, with expectations of the final Request for Proposal (RFP) being released in March 2025. Links to additional resources, including draft solicitations, are provided for further reference. The document facilitates a clearer understanding of the requirements and opportunities for participation in the AWSM program for relevant contractors.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Army Watercraft Sustainment Maintenance (AWSM) Program – Zone 3 – Pier Side - SYNOPSIS
Buyer not available
The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is preparing to solicit proposals for the Army Watercraft Sustainment Maintenance (AWSM) Program, specifically for Zone 3 – Pier Side operations. This procurement aims to address the maintenance needs of the U.S. Army’s fleet of vessels, including emergency and un-programmed repairs, emergency drydocking, modernization, and modification efforts. The government plans to award approximately 14 Indefinite Delivery Indefinite Quantity (IDIQ) contracts, each covering five one-year ordering periods with an additional six-month option, with the Request for Proposal (RFP) expected to be released in April 2025. Interested parties can reach out to Brandon LaBonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil for further information.
Army Watercraft Sustainment Maintenance (AWSM) Program – Zone 1 – CONUS - SYNOPSIS
Buyer not available
The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is preparing to solicit proposals for the Army Watercraft Sustainment Maintenance (AWSM) Program, specifically for Zone 1 within the Continental United States (CONUS). This procurement aims to secure modifications, modernizations, and On-Condition Cyclic Maintenance (OCCM) for the U.S. Army's fleet of vessels, with a competitive bidding process that includes a partial set-aside for small businesses. The government plans to award approximately 14 Indefinite Delivery Indefinite Quantity (IDIQ) contracts, although it reserves the right to adjust this number. The Request for Proposal (RFP) is expected to be released in April 2025, and interested parties can reach out to Brandon LaBonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil for further information.
Army Watercraft Sustainment Maintenance (AWSM) Program – Zone 2 – OCONUS - SYNOPSIS
Buyer not available
The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is preparing to solicit proposals for the Army Watercraft Sustainment Maintenance (AWSM) Program, specifically for Zone 2 Outside the Continental United States (OCONUS). This procurement aims to address modifications, modernizations, and On-Condition Cyclic Maintenance (OCCM) for the U.S. Army’s fleet of vessels, ensuring their operational readiness and longevity. The government plans to award approximately seven OCONUS Five Year Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with the possibility of awarding more or fewer contracts based on the proposals received. Interested parties should note that the Request for Proposal (RFP) W912CH-25-R-A006 is expected to be released in April 2025, and inquiries can be directed to Brandon LaBonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil.
Maneuver Support Vessel – Light (MSV(L)) System Technical Support (STS)
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking to procure Systems Technical Support (STS) services for the Maneuver Support Vessel Light (MSV(L)) program through a sole-source Request for Proposal (RFP) issued to Vigor Works, LLC. This procurement is justified under FAR 6.302-1(a)(2)(iii)(B) due to Vigor's status as the Original Equipment Manufacturer (OEM) and the only responsible source capable of meeting the Government's requirements, given the lack of available technical data for competitive re-procurement. The contract will be structured as a five-year Indefinite Delivery Indefinite Quantity (IDIQ), Cost-Plus-Fixed-Fee (CPFF) contract, with an estimated total of 380,493 hours to be procured over its duration. Proposals are due by April 21, 2025, and interested parties can contact Charlene West at charlene.d.west.civ@army.mil for further information.
M/V Muddy Waters Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for maintenance work on the M/V Muddy Waters under solicitation number W912EE25QA012. The project requires significant repairs, including the replacement of a CAT C7 marine engine, rebuilding of ZF gearboxes, and various additional maintenance tasks on the vessel. This procurement is particularly aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes the importance of technical capability and pricing in the evaluation process, with the lowest priced, technically acceptable offer being awarded the contract. Interested parties must submit their quotes electronically by following the specified guidelines, and for any technical inquiries, they are encouraged to utilize the ProjNet system. For further information, bidders can contact Jeff Smith-Lyon at jeffrey.l.smith-lyon@usace.army.mil or by phone at 601-631-7264.
Sources Sought for Operation & Maintenance of WATSON Class Vessels
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking industry feedback for the operation and maintenance of eight Large, Medium-Speed, Roll-On/Roll-Off WATSON Class vessels. The procurement aims to identify potential contractors capable of ensuring high operational readiness and compliance with U.S. regulations while managing these vessels that support the prepositioning of government cargo worldwide. The anticipated contract will be a Firm-Fixed Price (FFP) with options for additional periods, spanning from April 2027 to March 2032, with responses due by May 9, 2025. Interested parties, including small businesses, should demonstrate relevant experience, financial capability, and possess a SECRET facility clearance, and can contact Kayla Etheya at kayla.v.etheya.civ@us.navy.mil or Andrea West at andrea.v.west.civ@us.navy.mil for further information.
U.S. Coast Guard Special Purpose Craft – Boarding Team Delivery II and Special Purpose Craft – Law Enforcement Boats, Maintenance and Upgrades
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide maintenance, repair, and upgrade services for its Special Purpose Craft – Boarding Team Delivery II (SPC-BTD II) and Law Enforcement (SPC-LE) boats. The procurement aims to ensure the operational readiness and reliability of these vessels, which are critical for maritime security operations, by performing routine maintenance and emergent repairs at designated sites in San Diego, California, and Chesapeake, Virginia. Interested parties are invited to submit tailored capability statements addressing their experience and capacity to fulfill these requirements by April 14, 2025, at 11:00 AM EST, to the primary contact, Miranda V. Smith, at Miranda.V.Smith@uscg.mil, with a copy to Adam Petty at Adam.F.Petty1@uscg.mil. This opportunity is part of a Total Small Business Set-Aside initiative and will result in a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract over a five-year period.
3573 HAYWARD Drydock
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the overhaul of the Drift Collection Vessel "HAYWARD," focusing on comprehensive repair services including drydocking, hull cleaning, painting, and compliance inspections. The contract requires the contractor to provide all necessary labor, materials, and equipment to ensure the vessel meets operational and regulatory standards, with a performance period of 30 days from the vessel's delivery to the contractor's facility. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in environmental management and navigation safety. Interested small businesses must register in the System for Award Management (SAM) and can direct inquiries to Matthew Rhoads or Domenic Sestito via their provided email addresses, with the solicitation documents available exclusively on SAM.gov.
Floating Plant Vessel Repair IDIQ MATOC
Buyer not available
The U.S. Army Corps of Engineers – Norfolk District is seeking qualified contractors for a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on floating plant vessel repair services. The procurement aims to provide cyclic and demand maintenance for various vessels, including mechanical, hydraulic, electrical repairs, and more, within a 100-mile radius of Norfolk, Virginia. This contract is crucial for maintaining the operational readiness of the Corps' fleet, which includes a range of vessels from a 104-foot derrick boat to smaller craft. Interested firms must respond to the sources sought notice by April 23, 2025, and can direct inquiries to Amy Coody at amy.h.coody@usace.army.mil or Stormie Wicks at STORMIE.B.WICKS@USACE.ARMY.MIL, with a maximum contract value of $5 million anticipated over a five-year period.
Maintenance and Support Contract for KAF Apache Program
Buyer not available
The U.S. Army Corps of Engineers (USACE) is conducting a Sources Sought announcement to identify qualified parties capable of supporting the Kuwait Ministry of Defence's Sustainment, Restoration, and Modernization (SRM) Program for the Kuwait Air Force (KAF) Apache Operations and Maintenance program. This opportunity aims to gather information on industry capabilities to fulfill the requirements for maintenance and support services, which are critical for the operational readiness of the KAF Apache fleet. Interested vendors are invited to submit a Statement of Capabilities by April 21, 2025, at 10:00 AM EST, with submissions directed to the Contracting Officer, Eric Caruso, and Contract Specialist, Mikayla Shanholtzer, via their respective email addresses. This announcement does not constitute a Request for Proposal, and the government assumes no financial responsibility for costs incurred in response to this market survey.