Floating Plant Vessel Repair IDIQ MATOC
ID: W9123625X164ZType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NORFOLKNORFOLK, VA, 23510-1096, 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 Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 3:59 AM UTC
Description

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.

Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Norfolk Harbor Southern Branch Maintenance Dredging
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Norfolk District, is preparing to issue an Invitation for Bid (IFB) for the Norfolk Harbor Southern Branch Maintenance Dredging project in Hampton Roads, Virginia. This procurement involves maintenance dredging by mechanical dredge in the Southern Branch of the Elizabeth River, requiring the contractor to provide labor, materials, and equipment to achieve specified depths while managing dredged materials responsibly. The project is significant for maintaining navigational channels and is estimated to generate approximately 100,000 cubic yards of dredged material, with a contract value between $1 million and $5 million. Interested bidders must monitor SAM.gov for the solicitation and are required to be registered in SAM for the bidding process, with a performance period anticipated to be 90 calendar days from the Notice to Proceed. For further inquiries, contact Luke Hedlund at Luke.D.Hedlund@usace.army.mil or Stormie Wicks at STORMIE.B.WICKS@USACE.ARMY.MIL.
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.
J--Boat Preventative Maintenance and Repair
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
North Atlantic Division FY25 Dredge Schedule Notification
Buyer not available
The U.S. Army Corps of Engineers (USACE), North Atlantic Division (NAD), is announcing the Fiscal Year 2025 dredging projects scheduled for solicitation across various districts, including Norfolk, Baltimore, Philadelphia, New York, and New England. The opportunity encompasses a range of maintenance dredging projects aimed at ensuring navigable waterways and supporting coastal infrastructure, with detailed schedules provided in accompanying documents that outline project locations, dredge types, material quantities, and timelines for advertisement and completion. These projects are critical for maintaining navigation channels and structures essential for maritime operations, with significant contracts including maintenance dredging in Newark Bay, beach nourishment efforts in Rehoboth Beach, and the Craney Island Eastward Expansion in Virginia. Interested contractors can reach out to primary contacts Brooke Patterson at brooke.l.patterson@usace.army.mil or Jason Moy at jason.n.moy2@usace.army.mil for further details, with project timelines spanning from December 2024 to March 2026.
FY 25 Preventative Maintenance on and Repairs to Caterpillar, Volvo and John Deere Equipment and Engines
Buyer not available
The U.S. Army Corps of Engineers (USACE) Philadelphia District is seeking qualified contractors for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines as part of a Sources Sought Notice for Fiscal Year 2024. The procurement aims to assess industry interest and ensure a sufficient pool of contractors, both large and small, capable of performing essential maintenance tasks, including fluid sample testing and emergency/non-emergency repairs on specified heavy equipment. This IDIQ contract will span multiple years, with performance periods running from approximately April 21 to April 20 each year until April 2030, covering various locations in Pennsylvania, New Jersey, Delaware, and Maryland. Interested contractors must submit their qualifications and capability statements via email to Tiffany Chisholm by November 14, 2024, and must be registered in the System for Award Management (SAM).
$98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking a $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) for the New Orleans District, Mississippi Valley Division – USACE. This contract is a 100% Small Business Set-Aside and will be used for various types of repair and maintenance of real property and construction services within the Mississippi Valley Division area of responsibility. The contract will have an ordering period of five years and task orders will range between $2.5K and $25M. The official solicitation is expected to be posted on or about 11 June 2023 on the SAM website. Contractors must register on SAM to download the solicitation.
Thimble Shoal Maintenance Dredging
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Thimble Shoal Maintenance Dredging project in Hampton, Virginia. This procurement involves maintenance dredging services to ensure the operational efficiency and safety of dredging facilities, which are critical for navigation and environmental management in the area. The contract is categorized under the NAICS code 237990, focusing on other heavy and civil engineering construction, and is expected to be awarded following a presolicitation notice. Interested parties can reach out to Amy Coody at amy.h.coody@usace.army.mil or by phone at 757-201-7883, or Tiffany Kirtsey at Tiffany.N.Kirtsey@usace.army.mil or 757-201-7132 for further details.
Northwest Division Powerhouse Life Safety Upgrades Phase 1
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Walla Walla District, is seeking interested contractors for the "Northwest Division Powerhouse Life Safety Upgrades Phase 1" project. This opportunity involves a Construction Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) aimed at renovating and upgrading life-safety systems at hydroelectric powerhouses across various locations in the Pacific Northwest, including Washington, Oregon, and Idaho. The total procurement value is anticipated to be $99 million, with the intent to award up to four contracts, each featuring a three-year base period and two optional two-year extensions. Interested firms must submit their responses by April 25, 2025, to Chandra D. Crow at chandra.d.crow@usace.army.mil, including a capability statement and relevant project experience.
USNS MATTHEW PERRY (T-AKE 9) lay berth and ship repair.
Buyer not available
The Department of Defense, through the Department of the Navy's MSC Norfolk office, is soliciting proposals for the lay berth and ship repair of the USNS MATTHEW PERRY (T-AKE 9). This procurement involves addressing specific repair needs as outlined in Amendment 0001, which responds to requests for clarification and revises or adds work instructions. The ship repair services are critical for maintaining the operational readiness of naval vessels, ensuring they meet safety and performance standards. Interested contractors can reach out to Damian Finke at damian.w.finke.civ@us.navy.mil or call 564-226-1277 for further details regarding the solicitation process.
Multiple Award Task Order Contract (MATOC) for Real Property Repair, Maintenance and Minor Construction for Army Installations under the Jurisdiction of the Directorate of Public Works (DPW) Alaska, in the State of Alaska
Buyer not available
The Department of Defense, specifically the Army under the Directorate of Public Works in Alaska, is seeking qualified contractors for a Multiple Award Task Order Contract (MATOC) focused on real property repair, maintenance, and minor construction at various Army installations in Alaska. This procurement aims to establish a Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract over five years, which includes a one-year base period and four optional years, to address a range of construction tasks including maintenance, repair, and minor new construction. The selected contractors will be responsible for managing and executing diverse construction projects across 21 designated sites, ensuring compliance with safety and quality standards. Interested parties must submit their capability statements by May 17, 2025, to the designated contacts, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.