Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - DRAFT Solicitation - ZONE 2 - OCONUS
ID: W912CH-25-R-L002Type: Solicitation
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army Watercraft Sustainment Maintenance (AWSM) Program outlines the current status of various classes of watercraft within the Army Watercraft Systems as of September 4, 2024. The inventory includes Class A2 vessels, such as six Logistic Support Vessels and two Large Tugs, and Class A1 vessels, featuring 17 Landing Craft Utility and up to 13 Maneuver Support Vessels. Additional vessels under Class B include various types of tugs and landing craft, with a total of 38 operational units. Class C vessels, mainly barges, show zero availability in key types, while floating pontoon sections and powered units amount to 1900 and 121, respectively. The document categorizes watercraft by class, highlighting their purpose and operational readiness, with Class A being more ocean-going and Class B focused on coastal and inland activities. This file informs interested parties about the Army’s watercraft capabilities and requirements, which may relate to federal RFPs and grants aiming to enhance maintenance and operational support for Army logistics.
    The document outlines the Army Watercraft Sustainment Maintenance (AWSM) contract solicitation proposal, specifically for Zone 2, concerning support services offered in an OCONUS (Outside Continental United States) context. Offerors are instructed to input their legal business name and Cage Code in designated yellow cells, with clear guidance on maintaining the integrity of existing calculations and data in non-highlighted fields. The solicitation includes comprehensive structures for pricing labor and materials, with a focus on providing fully burdened labor rates (FBLR) and proposal evaluations. The pricing model spans six years, reflecting projected increasing costs due to wage inflation and the proposed profit ceiling rates. Total proposed pricing specifics for each ordering year are detailed, with combined costs for labor and materials amounting to approximately $42 million across the contract. The document emphasizes the importance of stringent adherence to specified pricing guidelines and submission formats to facilitate fair evaluation criteria. Ultimately, the solicitation seeks qualified contractors capable of meeting the Army's technical standards for watercraft maintenance while adhering to projected financial ceilings for labor and materials.
    The contract aims to provide maintenance and service life extension for the U.S. Army's watercraft fleet. The contractor will be responsible for performing various maintenance, repairs, and modifications across multiple systems, including mechanical, electrical, and navigation. Each task order will detail specific work, which may encompass activities such as painting, installation of machinery, and welding. The performance period will be defined in the task orders, with deadlines dictated by weather conditions. The contractor must comply with all relevant regulations and environmental standards, ensuring that hazardous materials are managed correctly. Deliverables include condition reports and certifications, and the contractor is to maintain thorough records of warranties and repairs, ensuring adherence to quality standards. The contractor's employees requiring installation access must undergo security training and comply with identity verification processes. Additionally, any subcontracted work necessitates obtaining multiple quotes or justifications for sole-source partners. The contract emphasizes the importance of communication and timely reporting to address tasks, delays, or compliance issues effectively. Adherence to operational security and protocol is also mandatory, reflecting the contract’s focus on maintaining mission readiness and compliance within the government’s regulatory framework.
    This document outlines the submission guidelines for proposals in response to a government Request for Proposal (RFP) from the US Army Contracting Command. It details the required proposal format, structure, and submission processes across four volumes: Past Performance, Price, Small Business Participation, and Administrative. Key instructions include a mandate for a minimum 240-day proposal acceptance period, strict formatting standards for electronic submissions, and criteria for compliance with organizational conflict of interest requirements. Offerors are instructed to provide comprehensive past performance information, specific pricing data, and calculate participation in small business contracting. The document emphasizes the importance of clarity and detail in proposals to facilitate effective evaluation. A thorough understanding of submission requirements is critical for potential contractors aiming to secure government contracts. This structured approach ensures the government can adequately assess each proposal's adherence to solicitation guidelines and organizational goals, particularly regarding small business engagement.
    The document outlines the evaluation criteria for awarding firm-fixed-price contracts related to the Army Watercraft Sustainment Maintenance Program in OCONUS regions. The Government intends to award around 15 contracts based on three primary evaluation factors: Past Performance, Price, and Small Business Participation. Past Performance is weighted most heavily, followed by Price, which becomes increasingly important if offers are closely aligned in quality. Offerors must be eligible, which includes registration in SAM, having a valid MVA, and meeting specific criteria. Proposals may be rejected for failing to adhere to submission guidelines or for inconsistencies. The Source Selection process involves evaluating compliance, pricing, and past performance, using a comprehensive assessment to determine which proposals present the best value. In terms of Small Business Participation, there are specific goals for various types of small businesses. The document emphasizes the need for a detailed Property Management Plan and outlines the potential for price adjustments based on evaluations. Overall, the document outlines a meticulously structured process designed to ensure transparency and fairness in awarding contracts for the government’s requirements in the overseas regions specified.
    Similar Opportunities
    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 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 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 - 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.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 1-2025 (OM25001)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Southwest Pass Hopper Dredge Contract Nos. 1-2025, which involves providing a fully crewed and equipped self-propelled trailing suction type hopper dredge for work primarily in the Mississippi River Southwest Pass and potentially in other areas within the New Orleans, Galveston, and Mobile Districts. This dredging project is crucial for maintaining navigable waterways and ensuring the efficient transport of goods, with a construction magnitude estimated between $10 million and $25 million. The solicitation is expected to be issued around December 9, 2024, and interested vendors are encouraged to register as Interested Vendors on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contractors can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
    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.
    Military Sealift Command Waterborne Hull Cleaning and Associated Work Sources Sought
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified small businesses to provide waterborne hull cleaning and associated underwater ship husbandry services for its Government Owned, Government Operated vessels. The procurement aims to assess the capabilities of potential offerors in fulfilling requirements for hull cleaning, inspection, and related tasks across various geographical zones, including the Atlantic, Pacific, and European waters. This initiative underscores the importance of maintaining operational standards for naval maintenance while promoting small business participation in government contracts. Interested parties should respond to the market survey by March 3, 2025, and can direct inquiries to Shelby Probert at shelby.m.probert.civ@us.navy.mil or Timothy Lewis at timothy.lewis60.civ@us.navy.mil.
    Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals for the procurement of the Special Purpose Craft - Heavy Weather Second Generation (SPC-HWX II). This initiative aims to design, construct, and deliver specialized vessels capable of performing critical missions such as search and rescue, law enforcement, and environmental protection under severe weather conditions. The SPC-HWX II is expected to operate effectively in heavy seas and extreme temperatures, with specific requirements for durability, safety, and operational capabilities. Interested contractors should contact William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil for further details, with a total estimated contract value of $1,660,000 over a seven-year period and proposals due by the specified deadlines.