Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - DRAFT Solicitation - ZONE 3 - Pier Side
ID: W912CH-25-R-L003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC- DTAWARREN, MI, 48397-5000, USA

NAICS

Other Support Activities for Water Transportation (488390)

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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army Watercraft Sustainment Maintenance (AWSM) Program outlines the current operational status of various watercraft systems within the U.S. Army, detailing vessel classifications and quantities. The document categorizes vessels into Classes A2, A1, B, and C, with specific designs noted for logistic and support operations. Class A2 includes ocean-going vessels, while Class A1 consists of coastal and inland vessels. Class B covers smaller tugs and landing crafts, and Class C includes barges, with the Barge Derrick being the only Class C vessel equipped with machinery. The document features the current fleet, highlighting specific vessels such as the Logistic Support Vessel 1 and Landing Craft Utility, noting the absence of certain models, like the Large Tug. Additionally, powered units within the program, which serve various operational demands, are also specified. This document is essential for strategic planning, resource allocation, and potential government requests for proposals (RFPs) regarding watercraft sustainment and maintenance needs, ensuring efficient deployment and readiness of maritime support capabilities.
    The document outlines the specifications and requirements for the Army Watercraft Sustainment Maintenance (AWSM) under Solicitation No. W912CH-25-R-L003, primarily focusing on pricing and labor categories for various support roles over a six-year contract. Offerors must provide inputs for fully burdened labor costs, indirect costs, and profit margins in specified areas highlighted in yellow within the pricing model. Each ordering year outlines direct and indirect costs associated with labor and material, culminating in a total proposed price of approximately $13,953,729.24. The document emphasizes maintaining fixed pricing structures and constraining adjustments to specific inputs, ensuring that all proposed rates comply with the defined guidelines. This solicitation represents a critical component of the federal procurement process for sustainment services, aimed at ensuring operational readiness and efficacy in maintenance of Army watercraft, thereby supporting the broader defense mission.
    The contract outlines requirements for a contractor to perform pier-side repairs and maintenance on the Army Vessel Fleet to ensure operational capability. The contractor is responsible for supplying labor, materials, and equipment for various systems, including mechanical, electrical, hydraulic, and navigation systems. Services may include troubleshooting, part fabrication, equipment replacement, and certification compliance. Response times for emergency and programmed repairs are defined, requiring the contractor to submit schedules and logs of tasks. The contractor must comply with security, safety, environmental regulations, and warranty provisions for the work completed. Key deliverables include condition reports, modification completion reports, and any requests for variance from prescribed work procedures. The government holds the contractor accountable for any damages incurred during their work. Specifically, all personnel working on-site must complete necessary security training and identity verification processes. The document serves to ensure procedural compliance and accountability in military vessel maintenance while detailing extensive logistical and regulatory requirements that govern contractor operations within Army facilities and installations.
    This document outlines the instructions and conditions for submitting proposals in response to a U.S. Army Request for Proposal (RFP). It details the proposal structure, including four volumes: Past Performance, Price, Small Business Participation, and Administrative, each with specific content requirements. Offerors must submit proposals in English and U.S. dollars within a minimum acceptance period of 240 days, and strictly follow the submission guidelines, including using CD-ROMs or DVDs for electronic proposals. Crucially, it emphasizes the need for thorough past performance documentation and a clear understanding of project requirements. Offerors are warned that incomplete proposals may be rejected, and information must be provided clearly to allow for meaningful evaluation. Additionally, a Small Business Participation plan is mandatory, outlining subcontracting goals, while a Property Management Plan is required for managing government property. Lastly, the document includes information on potential organizational conflicts of interest and the protest procedures for the bidding process. Overall, the RFP serves to facilitate structured and competitive procurement for government contracts, with robust expectations set for offerors.
    The document outlines the evaluation factors for awarding a firm-fixed-price contract for the Army Watercraft Sustainment Maintenance Program, specifically for Zone 3 Global Pier Side Repairs. The award selection will be based on three main evaluation factors: Past Performance, Price, and Small Business Participation, with Past Performance being the most critical. Approximately 15 contracts may be awarded based on proposals that provide the best value to the Government, which may not necessarily be the lowest price. Offerors must be eligible and meet specific requirements, such as registration in the System for Award Management (SAM) and submission of a valid Agreement for Boat Repair. Proposals can be rejected for various reasons, including failure to meet instructions, proposing exceptions, or inconsistencies. The Government intends to perform a compliance review, followed by a Source Selection Trade-off evaluation considering the strengths and weaknesses of each proposal. Small Business participation goals are outlined, with specific percentages set for various categories. The summary emphasizes the need for compliant, competitive, and high-quality proposals to succeed in this solicitation process.
    Similar Opportunities
    Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - DRAFT Solicitation - ZONE 1 - CONUS
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking proposals for the Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program, which involves a five-year Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for maintenance services on the Army Vessel Fleet within the Continental United States (CONUS). The procurement aims to accomplish On Condition Cyclic Maintenance (OCCM) and Service Life Extension Program (SLEP) efforts, ensuring the operational readiness of various watercraft systems critical for defense logistics. Interested contractors must adhere to strict proposal requirements, including evaluations based on past performance, pricing, and small business participation, with an estimated total contract value of approximately $48 million over six years. For further inquiries, potential bidders 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 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 - 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.
    3573 HAYWARD Drydock
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Philadelphia office, is seeking qualified contractors for the 3573 Hayward Drydock project. This presolicitation opportunity is set aside for small businesses and involves shipbuilding and repairing services, categorized under NAICS code 336611 and PSC code J998 for non-nuclear ship repair. The procurement is crucial for maintaining and enhancing the operational capabilities of naval vessels, ensuring they are fit for service. Interested parties should reach out to Matthew Rhoads at matthew.t.rhoads@usace.army.mil or Michael J. Hunter at michael.j.hunter@usace.army.mil for further details.
    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.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance, repair, and preservation of TWR-7 and TWR-8 vessels at the Puget Sound Naval Shipyard. The procurement aims to ensure high-quality workmanship in accordance with marine industry standards, encompassing tasks such as docking, hull repairs, structural inspections, and system overhauls. This opportunity is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to stringent contract management in defense projects. Interested small businesses must submit their proposals by following the guidelines outlined in the solicitation, with inquiries directed to Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    Water Vessel Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for water vessel repairs as part of a Sources Sought notice. The procurement focuses on comprehensive repair objectives for a water vessel measuring 89 feet in length, with specific tasks including the replacement of diesel engine components, structural repairs, and updates to electrical systems to ensure operational safety and compliance with the latest standards. This initiative is crucial for maintaining the vessel's functionality in diverse marine environments, aligning with government procurement needs for maritime operations. Interested parties can reach out to Tevin Brown at tevin.brown@us.af.mil or call 315-634-4343 for further details.