Follow-On, Multiple Award Contract (MAC); Indefinite-Delivery, Indefinite-Quantity (IDIQ) for the Marine Boatyard Services And Industrial Support Lot II for Boats, Barges, Crafts, Lighterage, Service Craft, Or Ancillary Support Equipment
ID: N5523624R0005Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSOUTHWEST REGIONAL MAINT CENTERSAN DIEGO, CA, 92136-5205, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
  1. 1
    Posted May 21, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 22, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is seeking industry input for a follow-on Multiple Award Contract (MAC) for Indefinite-Delivery, Indefinite-Quantity (IDIQ) marine boatyard services and industrial support for various vessels, including boats, barges, and ancillary support equipment. The procurement aims to identify capable contractors who can provide management, labor, materials, and equipment necessary for the maintenance and repair of vessels ranging from 15 meters to over 200 feet in length, primarily in the San Diego area. This initiative is crucial for ensuring the operational readiness of the Navy's maritime fleet, emphasizing compliance with safety and environmental standards. Interested parties should submit a notice of interest by June 5, 2024, to the designated contacts, with the anticipated Request for Proposal (RFP) release date around November 11, 2024.

Files
Title
Posted
Mar 22, 2025, 7:04 PM UTC
The document outlines examples of applicable boats, crafts, lighterage, and ancillary equipment, primarily for government procurement purposes as part of a federal RFP (Request for Proposal) identified as N55236-24-R-0005. It lists various types of boats, such as personnel boats, utility boats, rescue boats, and specialized craft like landing craft and rigid inflatable boats (RIBs), across a range of sizes—from 7 meters to over 50 feet. The document also details non-self-propelled and self-propelled auxiliary vessels, lighterage systems, and other essential maritime equipment configurations. Notably, the focus on lighterage includes innovative modular systems and various pontoon types to enhance operational efficiency. This information serves as a part of the requirements or specifications in governmental contracting, indicating the necessary vessels for specific maritime operational needs while ensuring compliance with safety standards. The comprehensive list aids agencies in selecting appropriate maritime support systems for various missions or tasks, reinforcing a structured approach to government procurement in maritime operations.
Mar 22, 2025, 7:04 PM UTC
The document outlines the Statement of Work for Marine Boatyard Services Lot II (MBS Lot II) for the U.S. Navy, specifying contractor responsibilities related to the management, support services, labor, and equipment necessary for modifications, repairs, and maintenance of non-commissioned vessels, primarily in the San Diego area. Key tasks include emergent repairs, alterations, and logistical support for boats and lighterage systems, with a focus on ensuring compliance with numerous technical and safety standards. Contractors are required to provide qualified personnel, facilities within a specified radius of Naval Base San Diego, and essential equipment for servicing vessels ranging from small craft to those exceeding 200 feet. Additional requirements include coordination with other contractors, maintaining communication with government representatives, and strict adherence to quality control measures. The RFP distinctly emphasizes compliance with environmental and safety regulations, particularly regarding hazardous materials. Regular reporting and a clear chain of responsibility are mandated, with project managers designated to oversee work and maintain effective communication with the government. This solicitation emphasizes the Navy's commitment to ensuring the operational readiness of its maritime fleet through timely and compliant service provision while anticipating the potential need for extensive coordination and rapid response capabilities.
Similar Opportunities
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.
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.
Non-Skid Replacement, Preservation, and Maintenance of District Crafts
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking qualified contractors for the non-skid replacement, preservation, and maintenance of various small crafts. The procurement involves performing maintenance work on small boats, including harbor security boats and utility boats, with specific requirements outlined in the Statement of Work (SOW) and additional specifications provided in attached documents. This initiative is crucial for maintaining the operational readiness of the Navy's small craft fleet, ensuring compliance with safety and environmental standards. Interested small businesses must submit proposals by April 21, 2025, with a maximum contract ceiling of $5 million and an ordering period extending until August 2, 2028. For further inquiries, contractors can contact Jeff Jaeckel at jeff.a.jaeckel.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
Commercial Industrial Services (CIS) Scaffolding Services Follow-on, Multiple Award Contract, Indefinite Delivery Indefinite Quantity (MAC-IDIQ)
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center, is seeking proposals for Commercial Industrial Services (CIS) Scaffolding Services under a multiple award indefinite delivery indefinite quantity (MAC-IDIQ) contract. The procurement aims to provide labor, services, equipment, and materials for the on-load, assembly, certification, modification, disassembly, and offload of scaffolding and fall protection materials onboard U.S. Navy ships within a 50-mile radius of San Diego, CA. This contract is crucial for maintaining operational readiness and safety standards aboard naval vessels. Interested small businesses are encouraged to contact Mira Brown at miramaje.c.brown.civ@us.navy.mil or Roderick Rioveros at roderick.q.rioveros.civ@us.navy.mil to receive notifications regarding the Request for Proposal (RFP) posting, which is expected to be awarded based on best-value procurement criteria, including past performance and technical evaluations.
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.
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.
USNS William McLean MTA 2025
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for maintenance and technical assistance (MTA) for the USNS William McLean (T-AKE 12) for fiscal year 2025. The procurement focuses on shipbuilding and repairing services, requiring contractors to demonstrate their capabilities in dry dock services, safety protocols, and compliance with military operational standards. This opportunity is critical for ensuring the operational readiness and safety of military vessels, with performance expected to take place in Virginia, United States. Interested contractors should direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil, with proposals due by the specified deadlines.
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.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to gather information on the drydocking of four Maritime Security Cutters, Large (WMSL) from fiscal year 2026 to 2030. The procurement aims to assess the interest and capability of potential contractors to perform extensive maintenance work, including hull inspections and system overhauls, with a performance period from January 27, 2026, to September 30, 2030. This initiative is part of a strategic shift towards a new Heavy Depot Maintenance Strategy designed to enhance maintenance efficiency and reduce operational downtime for these critical assets. Interested parties must submit a capability statement to the Contract Officer by April 27, 2025, without pricing information, and are encouraged to monitor sam.gov for future solicitation announcements. For further inquiries, contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or Mark Cap at mark.cap@uscg.mil.