NWW Towboat Services
ID: W912EF25R0016Type: Solicitation
Overview

Buyer

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

NAICS

Inland Water Freight Transportation (483211)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: VESSEL TOWING (V125)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking qualified contractors to provide NWW Towboat Services, which fall under the Inland Water Freight Transportation category. The procurement aims to secure reliable vessel towing services essential for various military and logistical operations along inland waterways. These services are critical for ensuring the efficient movement of goods and personnel, thereby supporting the Army's operational readiness. Interested parties can reach out to Mary Seiner at mary.l.seiner@usace.army.mil or call 509-527-7228 for further details, while Brooke Moore is also available at brooke.n.moore@usace.army.mil or 509-527-7913 for additional inquiries.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    NWW Towboat Services
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    NWW HQ Boat Maintenance
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking qualified contractors for the maintenance of two operating vessels and their trailers as part of the NWW HQ Boat Maintenance project. The procurement involves non-personnel maintenance services that include biannual inspections and repairs, ensuring compliance with rigorous safety and operational standards. This initiative underscores the importance of maintaining federal vessels to ensure public safety and operational reliability. Interested contractors can contact Kristin Kreutzer at kristin.n.kreutzer@usace.army.mil or by phone at 509-527-7010 for further details regarding the scope of work and submission requirements.
    Longview Docking Services 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is seeking contractors for the Longview Docking Services 2025 project in Longview, Washington. This procurement involves port and harbor operations, which are critical for facilitating transportation and relocation services. The selected contractor will play a vital role in ensuring the operational efficiency of docking services, which are essential for military and logistical operations. Interested parties can reach out to Julia Henry at julia.b.henry@usace.army.mil or Brandon Lasich at brandon.m.lasich@usace.army.mil for further details, with the procurement process being guided by the NAICS code 488310 and PSC code V999.
    Scheduled Fuel Barge Transportation in Atlantic Region
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking qualified contractors for scheduled fuel barge transportation services in the Atlantic Region. The procurement aims to ensure reliable and efficient inland water freight transportation of fuel, which is critical for military operations and logistics. The contract will be performed in Fort Belvoir, Virginia, and interested parties can reach out to Stephanie Eckert at stephanie.a.eckert.civ@mail.mil or by phone at 618-817-9487 for further details. The presolicitation notice indicates that the procurement process is underway, and potential bidders should prepare their submissions accordingly.
    Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - DRAFT Solicitation - ZONE 3 - Pier Side
    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 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.
    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 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.
    Port of Astoria Docking Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is seeking docking services at the Port of Astoria in Oregon. This procurement aims to secure port and harbor operations, which are critical for facilitating transportation and relocation services. The opportunity underscores the importance of reliable docking services for military and logistical operations in the region. Interested vendors can reach out to Christopher Burroughs at christopher.d.burroughs@usace.army.mil or Brandon Lasich at brandon.m.lasich@usace.army.mil for further details.
    V214 - Water Taxi Launch Boat Services at Yokosuka Port, Japan
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Yokosuka, is seeking qualified vendors to provide water taxi launch boat services at Yokosuka Port, Japan. This solicitation is specifically aimed at sources authorized to operate in Japan, as outlined by the Defense Federal Acquisition Regulation Supplement. The services are crucial for facilitating marine passenger transportation, ensuring efficient travel and logistics for military personnel and associated operations. Interested parties should contact Arisa Hirashima at 046-816-7735 or via email at Arisa.Hirashima2.ln@us.navy.mil for further details, as this opportunity is governed by specific regulatory requirements.
    U.S. FLAG TUGS FOR NAVAL BASE GUAM
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information regarding the potential charter of two U.S.-flagged tugboats to provide essential harbor support at Naval Base Guam. The procurement aims to address the limitations of existing government vessels by securing tugboats capable of towing, berthing, mooring, and providing emergency support, with specific requirements including a maximum length of 110 feet and a bollard pull of 100,000 lbs. forward. This initiative is crucial for maintaining effective marine operations and compliance with maritime standards, with the period of performance set from March 31, 2025, to March 30, 2026, and an optional extension until February 28, 2027. Interested parties must submit their responses, including company details and pricing estimates, by February 18, 2025, and can contact Reah Norris at reah.d.norris.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil for further information.