NWW HQ Boat Maintenance Services
ID: W912EF25Q0022Type: Solicitation
AwardedJul 18, 2025
$79.4K$79,352
AwardeeRIVERVIEW MARINA INC Lewiston ID 83501 USA
Award #:W912EF25P0021
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT WALLA WALWALLA WALLA, WA, 99362-1876, USA

NAICS

Other Personal and Household Goods Repair and Maintenance (811490)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is soliciting offers for boat maintenance services under the title "NWW HQ Boat Maintenance Services." This procurement is set aside for small businesses and aims to ensure the maintenance and repair of various watercraft, which is crucial for operational readiness and safety. The place of performance for this contract will be in Clarkston, Washington, with a closing date for offers now extended to May 9, 2025, at 12 PM. Interested parties should contact Kristin Kreutzer at kristin.n.kreutzer@usace.army.mil or call 509-527-7010 for further details and to ensure compliance with the solicitation requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The Walla Walla District requires non-personnel maintenance services for two operating vessels and trailers, scheduled biannually in December and June. The selected contractor will perform inspection and repair at their facility, ensuring no concurrent servicing of both vessels. The tasks include comprehensive inspections covering structural integrity, electrical systems, and engine performance. Maintenance service mandates the use of OEM or equivalent parts, servicing motors per manufacturer specifications, and conducting in-water tests to validate functionality. Additionally, trailer servicing includes light and winch strap inspections, lubrication, and annual wheel bearing repacking. Specific vessel details are provided, including a 1995 23’ Workskiff with twin Honda 150 hp motors and a 2025 22’ Koffler Landing Craft with a Mercury jet drive. This RFP highlights the federal government's emphasis on rigorous maintenance standards for operational vessels to ensure safety, reliability, and compliance with regulations, reflecting the importance of public safety in federal service operations.
    The document is an amendment to a solicitation regarding the extension of the closing date for offers. Originally set for April 29, 2025, the new closing date is now May 9, 2025, at 12 PM. The amendment maintains all previous terms and conditions, with the primary purpose being the adjustment of the submission timeline for proposals. Offerors are required to acknowledge receipt of this amendment through specified methods to ensure their offers are considered valid. The amendment indicates that responses may be modified if submitted correctly and on time. Overall, the document serves to formally notify stakeholders of the critical change in the solicitation schedule, ensuring compliance and proper protocol during the bidding process.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor, specifically detailing Wage Determination No. 2015-5521 for the state of Washington, Asotin County. It specifies minimum wage rates determined by Executive Orders 14026 and 13658, with rates of $17.75 and $13.30, respectively, applicable depending on contract dates. A comprehensive list of occupations and corresponding wage rates is provided, covering areas such as administrative support, automotive service, food service, and healthcare. Additionally, it addresses fringe benefits, including health and welfare stipends, vacation entitlements, and holidays. The document highlights employer obligations under executive orders for paid sick leave and strict procedures for requesting additional classifications and wage rates for unlisted occupations. The emphasis is on compliance with wage requirements, which are subject to annual adjustments and regulatory oversight, ensuring fair compensation and protections for workers on federal contracts, particularly relevant for government RFPs and grants. Overall, the document serves as an essential guideline for federal and state contracting authorities and service providers regarding labor management and compliance standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project aims to dredge the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This dredging is critical for ensuring safe navigation in an area known for significant hazards due to shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work expected to commence in summer 2026. For further details, including submission instructions, please contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    FY26 Willapa Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Seattle District, is preparing to solicit bids for the FY26 Willapa Harbor Maintenance Dredging project in Washington. This project involves the mechanical dredging of approximately 180,000 cubic yards of sediment from three federal navigation features in Willapa Bay, with work expected to commence in July 2026 and conclude by February 15, 2027. The dredged material will be disposed of at designated open-water locations, and contractors should be aware of the challenging marine conditions and potential risks associated with the project. Interested parties can reach out to Geraldine L. Kemp or Kimberly M. Robinson for further inquiries, and the estimated contract value ranges between $5 million and $10 million. Contractors must be registered in the System for Award Management (SAM) prior to contract award.
    Cornucopia Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting bids for the Cornucopia Harbor Maintenance Dredging project located in Cornucopia, Wisconsin. This project entails mechanical dredging within the Inner Harbor South Arm and North Arm, with optional work in the Outer Harbor, and the dredged material will be placed in three designated upland sites. The maintenance of the harbor is crucial for ensuring navigability and safety in the federal navigation channel, which supports local maritime activities. Interested contractors must note that the bid opening is scheduled for December 19, 2025, at 2:00 PM EST, and should direct inquiries to Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil. This opportunity is set aside for small businesses under the SBA guidelines.
    Ice Harbor Dam Navigation Lock Upstream Tainter Gate
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication, delivery, and storage of an Upstream Tainter Gate for the Ice Harbor Dam Navigation Lock located in Burbank, Washington. This procurement requires compliance with stringent technical specifications, including material standards, welding requirements, and quality control measures, as outlined in the updated solicitation documents. The Tainter Gate is a critical component for water control structures, ensuring the operational integrity of the navigation lock on the Snake River. Interested contractors must submit their bids by December 15, 2025, at 10:00 AM PST, and can direct inquiries to Mary Seiner at mary.l.seiner@usace.army.mil or by phone at 509-527-7228.
    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.
    WORK BOAT MEDIUM-1 (WBM-1) PROPELLER AND SHAFT SEAL REPLACEMENT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Work Boat Medium-1 (WBM-1) Propeller and Shaft Seal Replacement project, scheduled for February 1 to February 28, 2026, at Yokosuka Naval Base, Japan. This contract involves the replacement of the port and starboard propellers and the port shaft seal on the WBM-1 work boat, which is critical for supporting Commander, Fleet Activities Yokosuka's port operations. Contractors must adhere to strict safety and engineering standards, providing all necessary labor and materials while ensuring compliance with occupational health and security requirements. Interested firms must submit their proposals by December 22, 2025, and can request access to detailed work specifications via email by December 16, 2025. For further inquiries, contact Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    Inland River Towboat
    Dept Of Defense
    The U.S. Army Corps of Engineers - St. Paul District is seeking to procure a commercial off-the-shelf (COTS) inland river towboat, either new or used (1990 or newer), to support operations on the Upper Mississippi River. The vessel must meet specific requirements, including a draft of no more than 8 ft 6 in, a power range of 1,200 to 3,000 BHP (with a preference for 1,800 - 2,000 for new builds), and accommodations for at least four crew members, including a head, shower, and galley area. This procurement is crucial for maintaining operational efficiency on the river, and the contract will be awarded based on the Best Value approach. Interested vendors must submit their offers through the PIEE Module, and for further inquiries, they can contact John Riederer at John.P.Riederer@usace.army.mil or call 651-290-5614.
    W912DW25B0009 Grays Harbor North Jetty Repair
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Grays Harbor North Jetty Repair project located in Ocean Shores, Washington. This procurement aims to address critical repairs to the jetty, which is essential for maintaining navigational safety and environmental protection in the area. The project falls under the NAICS code 237990, focusing on other heavy and civil engineering construction, and is set aside for small businesses in accordance with FAR 19.5. Interested contractors should note that several amendments have been issued, with the latest updates provided in the attached documents. For further inquiries, potential bidders can contact Hien Ho at hien.ho@usace.army.mil or Alex Marcinkiewicz at alex.r.marcinkiewicz@usace.army.mil.
    Sectional Barge Sandblasting, Repairing, and Painting
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the sandblasting, inspection, repair, and repainting of a sectional barge located at the Lock and Dam in Troy, New York. The project requires the contractor to perform comprehensive work on 16 barge sections, adhering to industry standards such as SSPC SP5 for sandblasting and specific guidelines for welding repairs and leak testing. This procurement is crucial for maintaining the operational integrity of the barge system, which is essential for various hydraulic structures within government projects. Proposals are due by January 5, 2026, and interested parties should contact Matthew Lubiak at matthew.e.lubiak@usace.army.mil or Orlando Nieves at orlando.nieves@usace.army.mil for further information.