Army Watercraft Sustainment Maintenance (AWSM) Program Zone 1 CONUS
ID: W912CH25RA005Type: 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)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
    Description

    The Department of Defense, specifically the Army, is seeking contractors for the Army Watercraft Sustainment Maintenance (AWSM) Program Zone 1, which is focused on maintenance and repair services for watercraft within the continental United States (CONUS). This procurement is a partial small business set-aside and aims to ensure the operational readiness of military watercraft through comprehensive maintenance and repair services, as outlined in the solicitation amendment. The importance of this program lies in its role in sustaining the Army's watercraft capabilities, which are critical for various military operations. Interested parties should refer to the solicitation amendment for detailed changes and answers to industry questions, and they can contact Brandon Labonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil for further inquiries.

    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    FY25 Atlantic Intracoastal Waterway Maintenance Dredging - Select Sites
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the FY25 Atlantic Intracoastal Waterway Maintenance Dredging at select sites. This procurement aims to maintain and enhance the navigability of the Atlantic Intracoastal Waterway, which is crucial for commercial and recreational maritime activities. The contract is set aside for small businesses, in accordance with FAR 19.5, and the bids are due by 12:00 PM on January 14, 2026, following an amendment that changed the original deadline. Interested parties can reach out to Amy Collins at amy.l.collins@usace.army.mil or Glenda Canty at Glenda.a.canty@usace.army.mil for further information.
    Cornucopia Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting bids for the Cornucopia Harbor Maintenance Dredging project located in Cornucopia, Wisconsin. This project entails mechanical dredging within the Inner Harbor South Arm and North Arm, with optional work in the Outer Harbor, and the dredged material will be placed in three designated upland sites. The maintenance of the harbor is crucial for ensuring navigability and safety in the federal navigation channel, which supports local maritime activities. Interested contractors must note that the bid opening is scheduled for December 19, 2025, at 2:00 PM EST, and should direct inquiries to Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil. This opportunity is set aside for small businesses under the SBA guidelines.
    Re-Conditioning of the Shafts and Propellers for the JC Thomas
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the re-conditioning of shafts and propellers for the inland river towboat M/V JC Thomas. This procurement involves the reconditioning of a spare set of port and starboard wheels and shafts, which are critical components for the vessel's operation. The M/V JC Thomas, a 4,640 HP twin screw vessel built to ABS Class standards, plays a vital role in the operations of the Huntington District. Interested small businesses are encouraged to reach out to Bradley Adkins at bradley.d.adkins@usace.army.mil or call 304-399-5270 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull inspections, corrosion repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and safety of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance scheduled from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    FY26 USNS KANAWHA MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement involves the revision and cancellation of specific work instructions, with an emphasis on updating technical details and extending the final proposal submission deadline to December 17, 2025, at 3:00 PM EST. The contract is categorized under the Ship Building and Repairing industry, highlighting its significance in maintaining naval vessels. Interested small businesses are encouraged to reach out to Susan Bryant at susan.b.bryant.civ@us.navy.mil or call 757-777-4648 for further information regarding this total small business set-aside opportunity.
    WORK BOAT MEDIUM-1 (WBM-1) PROPELLER AND SHAFT SEAL REPLACEMENT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Work Boat Medium-1 (WBM-1) Propeller and Shaft Seal Replacement project, scheduled for February 1 to February 28, 2026, at Yokosuka Naval Base, Japan. This contract involves the replacement of the port and starboard propellers and the port shaft seal on the WBM-1 work boat, which is critical for supporting Commander, Fleet Activities Yokosuka's port operations. Contractors must adhere to strict safety and engineering standards, providing all necessary labor and materials while ensuring compliance with occupational health and security requirements. Interested firms must submit their proposals by December 22, 2025, and can request access to detailed work specifications via email by December 16, 2025. For further inquiries, contact Kazuya Iwanaga at kazuya.iwanaga.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    DRY CARGO TUGCON
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking information from qualified vendors regarding the procurement of a Dry Cargo Tugcon for an open-ocean tow mission. The objective is to identify a U.S. flag, ocean-going certified tug capable of towing a YRBM-32 Berthing Barge from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA, between January 5-23, 2026, with specific requirements including a minimum tow speed of six knots and internet and satellite phone capabilities. This opportunity is critical for ensuring the effective transportation of military assets and requires interested parties to submit detailed information, including a lump-sum price and transit plan, by November 18, 2025. For further inquiries, vendors may contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    3389 LCHD-ESS Special Notice - Draft Specification
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design, construction, testing, and delivery of a new Large Class Hopper Dredge (LCHD-ESS) to replace the aging ESSAYONS. The procurement aims to develop a vessel with a 6,500 cubic yard capacity, diesel-electric power, and azimuthing thruster propulsion, which must meet stringent performance requirements for dredging in challenging conditions while adhering to various regulatory standards, including those from ABS and CARB. This dredge will primarily operate on the West Coast, with key operational locations including the Columbia River and San Francisco, and is essential for maintaining navigable waterways. Interested contractors should direct inquiries to Michael J. Hunter at michael.hunter@usace.army.mil or Domenic Sestito at Domenic.L.Sestito@usace.army.mil, with proposals due by the specified deadlines.