Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program
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
    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, aimed at providing maintenance and repair services for U.S. Army vessels. This procurement encompasses various tasks across three operational zones: CONUS (Continental U.S.), OCONUS (Outside Continental U.S.), and Pier Side, with an estimated maximum ordering value of approximately $522 million. The program emphasizes the importance of small business participation and requires contractors to have an approved Master Vessel Agreement (MVA) or Agreement for Boat Repair (ABR) prior to the solicitation closing, with the final Request for Proposal (RFP) expected to be released in March 2025. Interested parties can direct inquiries to Brandon LaBonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil for further details.

    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.
    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.
    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.
    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.
    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 concerning the Follow-On Army Watercraft Sustainment Maintenance (AWSM) program, aimed at contractors interested in providing maintenance services for U.S. Army vessels. Key topics include the eligibility and structure for bidding, submission requirements, and specifics of the AWSM program zones—CONUS, OCONUS, and Pier Side. The document clarifies that small business set-asides are based on prior competition outcomes, and contractors may submit proposals based on their capabilities within the designated zones. It emphasizes the importance of timely submission of qualification documents, including the Agreement for Boat Repair (ABR) and Maintenance Validation Assessment (MVA). Information on electronic submission methods, the role of feedback on the draft solicitation, and potential bonding values for repair work are also addressed. The final Request for Proposal (RFP) is projected for release in March 2025, and contractors are encouraged to submit their documents ahead of deadlines to streamline their participation. This compendium serves as a vital resource for organizations seeking to engage in government contracting for vessel maintenance, ensuring compliance with the requirements stipulated by the Army.
    The document outlines the presolicitation questions and answers for the Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program. It addresses inquiries from contractors regarding participation, eligibility, and submission requirements. Key topics include the lack of large business set-asides, the process for renewing contractor agreements, and deadlines for contract submissions. Contractors can bid on specific vessels and must ensure their qualifications align with the Army's requirements, primarily the Maintenance Validations Agreements (MVAs) and Agreement for Boat Repair (ABR). Performance locations are clearly defined, with expectations that repairs occur at contractor facilities or specified sites. The document emphasizes the importance of financial capability documentation and details the procedures for submitting proposals, indicating that submissions must traditionally be in physical formats like DVDs or CDs. Updates on the final Request for Proposal (RFP) release are also provided, estimated for March-April 2025, alongside reminders for prompt submissions of feedback during the draft solicitation phase. Overall, the document serves as a comprehensive informational resource for contractors looking to engage with the AWSM Program while ensuring compliance with federal requirements and timelines.
    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
    Similar Opportunities
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    South Haven and New Buffalo Maintenance Dredging
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Detroit District, is seeking a contractor for maintenance dredging services at South Haven Harbor and New Buffalo Harbor in Michigan. The project entails mobilizing to dredge both harbors and demobilizing upon completion, with the contract expected to be awarded as a 100% Small Business Set Aside based on the lowest responsible bid. This procurement is crucial for maintaining navigable waterways, and the estimated contract value ranges between $500,000 and $1,000,000, with a Firm-Fixed Price (FFP) structure. Interested contractors should note that the anticipated solicitation will be posted on April 7, 2026, with bids due by May 7, 2026, and must register in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM) to participate.
    Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract (OM24011)
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract. This contract involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass, Calcasieu River Bar Channel, and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $25,000,000.00 and $100,000,000.00. The solicitation will be issued on or about 19 March 2024, and the bid opening date will be established in a future amendment. Interested vendors are encouraged to register on beta.SAM.gov and must be registered with the System for Award Management (SAM) to receive a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    LEGACY LANDING CRAFT AIR CUSHION (LCAC) AND LCAC100 CLASS MAINTENANCE AND REPAIR SUPPORT
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking maintenance and repair support for the Legacy Landing Craft Air Cushion (LCAC) and LCAC100 class vessels. This procurement aims to ensure the operational readiness and longevity of these critical marine assets, which play a vital role in amphibious operations and logistics. A pre-solicitation conference will be held via Microsoft Teams on January 7, 2026, from 1:00 p.m. to 2:00 p.m. CST, where interested offerors must submit their intent to participate by January 6, 2026, at 10:30 a.m. CST. For further inquiries, contact Kathleen Stewart at kathleen.a.stewart23.civ@us.navy.mil or Frances Negron at frances.j.negron.civ@us.navy.mil.
    FY25 Atlantic Intracoastal Waterway Maintenance Dredging - Select Sites
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the FY25 Atlantic Intracoastal Waterway Maintenance Dredging at select sites. This procurement aims to maintain and enhance the navigability of the Atlantic Intracoastal Waterway, which is crucial for commercial and recreational maritime activities. The contract is set aside for small businesses, in accordance with FAR 19.5, and the bids are due by 12:00 PM on January 14, 2026, following an amendment that changed the original deadline. Interested parties can reach out to Amy Collins at amy.l.collins@usace.army.mil or Glenda Canty at Glenda.a.canty@usace.army.mil for further information.
    FY26 USNS KANAWHA MTA
    Dept Of Defense
    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 involves the revision and cancellation of specific work instructions, with an emphasis on updating technical details and extending the final proposal submission deadline to December 17, 2025, at 3:00 PM EST. The contract is categorized under the Ship Building and Repairing industry, highlighting its significance in maintaining naval vessels. Interested small businesses are encouraged to reach out to Susan Bryant at susan.b.bryant.civ@us.navy.mil or call 757-777-4648 for further information regarding this total small business set-aside opportunity.
    Unmanned Maritime Systems (UMS) Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Unmanned Maritime Systems (UMS) support under the Seaport NxG Multiple Award Contract (MAC), designated as number N6133126R3102. This opportunity is exclusively available to holders of the Seaport MAC and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The UMS support is critical for enhancing naval operations and capabilities, reflecting the increasing reliance on unmanned systems in maritime environments. Interested parties must submit their responses via the PIEE Solicitation Module by January 5, 2025, at 4 PM CST. For further inquiries, contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024. This procurement involves providing a fully crewed and equipped self-propelled trailing suction hopper dredge for operations primarily in the Southwest Pass and potentially in other areas within the New Orleans District. The contract is crucial for maintaining navigability in the Mississippi River system while ensuring compliance with environmental protections, with an estimated construction value between $10 million and $25 million. Interested vendors must register with the System for Award Management (SAM) and adhere to updated bid submission deadlines, with the cutoff extended to April 15, 2025, at 10:30 AM. For further inquiries, contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil.