Programmed Repairs to the US Army Logistics Support Vessel (LSV) 7 - AMENDMENT 0009 (UPDATED 10 Feb 2025)
ID: W912CH-25-R-L004Type: Solicitation
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Proposals (RFP) concerning programmed repairs and maintenance for the U.S. Army Logistics Support Vessel (LSV) 7. It outlines solicitation details, including the project timeline, eligibility requirements for contractors, the specific scope of work, and compliance regulations. Significant aspects include a planned site visit at Joint Base Pearl Harbor-Hickam scheduled for November 6-8, 2024, where contractors can assess the vessel. The RFP stipulates that participating contractors must have a valid Master Vessel Agreement (MVA) and comply with a range of regulations and standards involving safety, environmental compliance, and technical specifications. The contract covers comprehensive maintenance tasks such as drydocking, cleaning, painting, and repairs, aimed at achieving a fully mission-capable condition for the vessel. There are strict guidelines regarding the submission of proposals through the System for Award Management, including relevant deadlines and requirements for technical inquiries. Amendments to the solicitation are addressed, ensuring contractors remain informed of any changes in submission protocols or expectations. The document emphasizes transparency and collaboration with contractors while balancing legal and operational requirements for government procurement processes.
    The document outlines a Request for Proposals (RFP) for programmed repairs to the U.S. Army vessel Logistics Support Vessel (LSV) 7, specifically aimed at On-Condition Cyclic Maintenance (OCCM) at Joint Base Pearl Harbor-Hickam, Hawaii. The amendments detail a mandatory site visit for potential contractors on specified dates, requiring prior registration for access. The contractor must possess a valid Master Vessel Agreement (MVA) to be eligible for the contract. Key elements include extensive technical requirements and compliance with federal regulations regarding environmental standards and safety practices. The contractor is responsible for providing all materials and labor, including compliance with hazardous materials guidelines. Additionally, the RFP emphasizes the necessity of coordination with government representatives for inspections and progress reporting. Offerors must ensure timely proposal submission via the system for Award Management (SAM.gov), with criteria for accepting proposals that include offering the total required quantities outlined in the solicitation. The document's overall purpose is to ensure the Army vessel's operational integrity through systematic maintenance while adhering to legal and safety standards.
    The document outlines a Request for Proposal (RFP) for programmed repairs to the U.S. Army Vessel Logistics Support Vessel (LSV) 7, aiming to fulfill On Condition Cyclic Maintenance (OCCM) requirements. The RFP includes service specifications such as drydocking, cleaning, and repairs, set to occur at Joint Base Pearl Harbor-Hickam, Hawaii, over a period of 150 days after induction. It stipulates conditions that contractors must meet, including a valid Master Vessel Agreement (MVA) and compliance with Department of Defense regulations. Amendments to the RFP clarify site visit details and update specific technical references. The document emphasizes the importance of environmental compliance, maintenance of detailed records, and adherence to strict security protocols. Contractors are expected to provide various deliverables, including Condition Reports and warranties, while participating in routine meetings to ensure project alignment. Overall, this RFP represents a comprehensive approach to maintaining vessel operational readiness and compliance with federal acquisition standards, requiring detailed execution and documentation from participating contractors.
    The document outlines the Request for Proposals (RFP) W912CH-25-R-L004 issued by the Army Contracting Command for programmed repairs to the U.S. Army vessel Logistics Support Vessel (LSV) 7. The procurement aims to facilitate drydocking, cleaning, painting, and necessary modifications to ensure the vessel's operability. Key milestones include a scheduled site visit in November 2024, a proposal submission deadline of January 7, 2025, and adherence to compliance with various regulatory standards, including environmental guidelines. Amendments to the original solicitation include modifications to submission timelines and adjustments to the Statement of Work, reflecting changes in drawing references. The vendor must have a valid Master Vessel Agreement (MVA) and provide comprehensive documentation, including variations from the specified drawings and maintenance records. The contract requires contractors to ensure safety during repairs, manage hazardous materials responsibly, and provide regular updates on project scheduling and compliance with government regulations. The document emphasizes the importance of contractor accountability in reporting compliance issues, handling controlled unclassified information (CUI), and participating in security training programs. Overall, the RFP underscores the government's commitment to maintaining its watercraft's operational integrity while adhering to stringent safety and regulatory requirements.
    The document outlines a Request for Proposal (RFP) (W912CH-25-R-L004) issued by the Army Contracting Command for scheduled repairs to the U.S. Army vessel Logistics Support Vessel (LSV) 7. The primary goal is to execute programmatic drydocking, cleaning, and modifications to ensure the vessel's operational readiness. The solicitation specifies a timeline for work, requiring completion within 150 days post-induction at Joint Base Pearl Harbor-Hickam, Hawaii. Key amendments detail changes such as revised site visit dates, adjusted inquiry deadlines for technical questions, and shifts in contract submission dates. Contractors are encouraged to attend pre-bid site visits, providing necessary security documentation. The solicitation allows bids only from contractors with a valid Master Vessel Agreement (MVA) and outlines criteria for evaluation. Environmental compliance and safety measures are emphasized, ensuring adherence to U.S. regulations regarding hazardous materials and operational protocols. Comprehensive deliverables, including condition reports, certifications, and test inspections, are mandated, along with warranties for installed equipment. The RFP encapsulates the necessary procedural groundwork for efficient bidding and project execution, reflecting the government's focus on enhancing the Army’s maritime capabilities.
    The document is a Request for Proposal (RFP) from the Army Contracting Command-Dearborn Arsenal (ACC-DTA) for programmed repairs to the U.S. Army Logistics Support Vessel (LSV) 7. The project includes modifications, maintenance, cleaning, and drydocking performed at Joint Base Pearl Harbor-Hickam, Hawaii. The solicitation number is W912CH-25-R-L004, with bids due by 5:00 PM on January 8, 2025. The document outlines requirements for potential contractors, emphasizing adherence to environmental and regulatory standards, including compliance with DoD and Army Regulations. Key amendments to the solicitation clarify details such as site visits, submission deadlines, and technical requirements. Important aspects include the responsibility of providing a qualified crew, following strict painting and welding protocols, and maintaining safety standards during repairs. Contractors must possess a valid Master Vessel Agreement to qualify for the work. The RFP also highlights the importance of documentation and inspections throughout the project execution. In summary, the RFP details the government's procurement approach for ship maintenance, underscoring compliance, quality assurance, and thorough contracting procedures in military operations.
    The document is a government solicitation (W912CH25RL004) for repairs and upgrades to the U.S. Army vessel Logistics Support Vessel (LSV) 7, emphasizing On Condition Cyclic Maintenance (OCCM). It outlines the requirements for programmed drydocking, cleaning, painting, and repairs to restore the vessel's operational capability. Key amendments detail changes to the proposal submission dates, site visit procedures, and technical requirements, including specific tasks related to the ship's systems and components. The solicitation mandates that contractors must have a valid Master Vessel Agreement and adhere to strict compliance with environmental and safety regulations. Technical specifications require contractors to employ certified personnel and meet industry standards for material use and cleanliness during the repair process. Additional requirements for inspections and testing are outlined to ensure successful project completion. Ultimately, the document serves to solicit bids from qualified contractors who can fulfill these extensive maritime repair and maintenance tasks, maintaining the operational readiness of essential Army watercraft. The emphasis is on rigorous standards, environmental responsibility, and comprehensive project management.
    The document outlines a Request for Proposals (RFP) for programmed repairs to the U.S. Army Vessel Logistics Support Vessel (LSV) 7, managed by the TACOM Integrated Logistics Support Center. This initiative involves drydocking, cleaning, painting, and repair services aimed at maintaining the vessel's operational capability. Several amendments to the original solicitation detail changes such as site visit dates, submission deadlines, and specific technical specifications, which include references to compliance with various Department of Defense and other regulatory standards. The contractor is required to have a valid Master Vessel Agreement to be eligible for award. Additionally, the document emphasizes environmental compliance during operational execution, requiring the contractor to manage hazardous materials appropriately. The objective is to ensure that the LSV-7 is returned to service in a fully mission-capable condition, within the specified performance period of 150 days following vessel induction, at Joint Base Pearl Harbor-Hickam, Hawaii.
    The document details the Request for Proposals (RFP) W912CH-25-R-L004 issued by the Army Contracting Command for the programmed repairs and maintenance of the U.S. Army vessel LSV-7. The acquisition aims to provide comprehensive modifications, modernizations, and regular maintenance services, including drydocking, painting, and repairs. Key amendments and updates outline important changes to the timelines and technical requirements, including site visits scheduled in Hawaii and deadlines for contractor queries. Noteworthy alterations include an extension of the proposal submission date, adjustments in technical question deadlines, and modifications to the scope of repair tasks to be performed on the vessel. The document emphasizes the necessity for potential contractors to possess a valid Master Vessel Agreement and invites them to submit their qualifications by specified deadlines. It underscores compliance with federal regulations and safety protocols, ensuring all processes align with existing maintenance and operational standards set by the Department of Defense. This solicitation reflects the government’s initiative to maintain naval assets effectively while fostering transparent bidding practices within the context of federal procurement.
    The document outlines the procurement details for government-furnished property related to a custodial contract overseen by the Department of Defense. It provides specifics about the solicitation process, including the contract officer’s contact information and various contract specifications, such as the PIID format and order number. The primary focus is on requisitioned items, specifically detailing the procurement of 750 gallons of Sigma Nexeon 610 Antifouling paint, with associated management characteristics indicating whether the items are serially or non-serially managed. The document outlines requirements for item descriptions, unit acquisition costs, and necessary identifiers like NSN, manufacturer CAGE, and part numbers. Additionally, it specifies procedural guidelines for item records, ensuring compliance with federal procurement standards. This information is crucial for ensuring effective inventory management and compliance with government contracting regulations during the acquisition process.
    The document serves as an attachment to a solicitations file related to a government procurement for custodial services, specifically focusing on the provision of Fuel Oil Purifiers. It is issued by the DoD and highlights essential information pertaining to the requisitioning of government-furnished property. Key details include the contract type, sequence number, and the specific items being procured, which include two types of fuel oil purifiers, alongside their respective acquisition costs and quantities. It indicates that the items are categorized as non-serially managed and outlines the need for careful documentation concerning part numbers and manufacturer CAGE codes. The document also specifies the acquisition costs and notes the necessity of indicating use-as-is for the listed items. Overall, this solicitation emphasizes compliance with federal contracting regulations and aims to ensure that the procurement process follows appropriate protocols for asset management and delivery timelines, reinforcing the government's commitment to efficient resource acquisition.
    The government file outlines a performance evaluation framework for contractors engaged in federal and state/local projects through RFPs and grants. The evaluation criteria assess various aspects of contractor performance, including compliance with Technical Data Packages (TDP), quality management, program/project management effectiveness, schedule adherence, timeliness of deliverables, cost control, and commitment to customer satisfaction. Each criterion allows for a rating of Outstanding, Good, Acceptable, Marginal, or Unsatisfactory, with explanations required for ratings at the extremes. Additionally, a section for general comments is included to capture any other relevant performance information. This structured approach ensures comprehensive oversight of contractor capabilities, aiming to enhance project outcomes and stakeholder satisfaction in government contracts.
    The SECNAV 5512/1 form facilitates the registration for Local Population ID Cards or Base Access Passes for individuals seeking entry to Department of Defense (DoD) installations. It operates under various legal authorities and privacy guidelines, particularly those related to personnel identity protection and physical security. The form collects personal information, including identity proofing documents, birth details, and criminal history, notably felony convictions. The registrant's eligibility for access is contingent on a successful vetting process, which involves checks against national databases like the National Crime Information Center (NCIC) and compliance with guidelines for prohibited individuals, including sex offenders. Individuals must return their ID cards upon expiration or employment termination. This form also emphasizes the voluntary nature of the registration process, although providing incomplete information may result in access denial. Key instructions outline the correct completion of the form, and detailed lists of acceptable identity documents are provided. The document underscores the significance of security measures related to access control within military and defense contexts, ensuring protection of national security interests.
    The document outlines Solicitation Number W912CH-25-R-L004 for programmed repairs and maintenance of the U.S. Army Logistics Support Vessel (LSV)-7, stationed in Hawaii. It details the pricing model for labor and materials, emphasizing the use of Fully Burdened Labor Rates (FBLR) and other direct costs (ODCs) that contractors must submit. The overall estimated total proposed price for the services is $169,000. Key aspects include required labor categories, their respective hours, and associated costs, as well as individual pricing for various repair services, including towing, rudder, propeller, and tank repairs. Contractors are advised that they must perform all repairs without disrupting normal operations, with the government not liable for additional costs incurred by contractors as a result of these activities. The vessel's specifications are included, affirming its value at $32 million and providing essential dimensions and construction details. The document serves as a formal request for proposals (RFP), guiding potential contractors through the pricing and service requirements for the maintenance of the LSV-7.
    The document pertains to a government solicitation (W912CH-25-R-L004) for programmed repairs to the U.S. Army Logistics Support Vessel (LSV) 7. It outlines the procedures for submitting offers, specifying the requirement for offerors to input their Fully Burdened Labor Rates (FBLR) into designated yellow-highlighted cells while maintaining the integrity of pre-defined formulas in non-highlighted cells. The focus is on accurately detailing labor categories, proposed hours, and associated costs, including materials and other direct costs (ODCs). Estimated financials include a total proposed price of $169,000, primarily derived from labor, material, and indirect charges. The document lists various maintenance services required for the vessel, stationed in Hawaii, emphasizing the contractor's obligation to accomplish the repairs without additional charges to the government due to project delays. The overall aim is to ensure the effective restoration and maintenance of the LSV while minimizing operational disruption. This high-detail solicitation underscores the government's commitment to adhering to budgetary constraints and efficiency standards in public contract management.
    The document W912CH-25-R-L004 outlines instructions for offerors regarding the use of Government-Furnished Property (GFP) in contract proposals. It emphasizes that offerors must not include inputs in this attachment but must provide supporting calculations if proposing the rent-free use of GFP. It details how the GFP Price Adjustment will be calculated for evaluation purposes, requiring a list of GFP with acquisition costs, age, and type. Monthly rental rates are specified based on the age and type of equipment. Additionally, calculations for shared usage of property and cost adjustments for making property available are also explained. Definitions for "acquisition cost" and the determination of equipment age are provided to ensure consistency in calculations. Overall, the guidance aims to facilitate a fair evaluation of proposals that include the use of GFP, ensuring clarity in cost estimations associated with such property.
    The DD Form 1423 outlines the Contract Data Requirement List for various deliverables from contractors to the U.S. Department of Defense. It specifies multiple data items, including schedules, condition reports, meeting minutes, test schedules, warranty information, and safety certifications. Each data item is accompanied by a unique number, title, and references to contract clauses, along with requirements regarding submission frequency, format, and distribution. For instance, item A001 mandates a Provisioning Performance Schedule to be submitted weekly in Microsoft Project 2007 format, while item A002 covers the submission of Condition Reports (CRs) within seven days upon request. Other items emphasize the importance of timely reporting on inspections and testing, requiring detailed documentation to assure compliance and quality standards. The contractors must address feedback from the government promptly, demonstrating a structured workflow designed to uphold project accountability and efficiency. Overall, this document is a crucial aspect of contract management and oversight, facilitating effective communication and data submission between contractors and the government within the scope of federal RFPs and grants.
    The document outlines Wage Determination No. 2015-5689 under the Service Contract Act by the U.S. Department of Labor, indicating minimum wage requirements for federal contracts. Effective January 30, 2022, contracts must pay at least $17.20 per hour (or higher, if specified) for workers under Executive Order 14026. If awarded between January 1, 2015, and January 29, 2022, the minimum wage is $12.90. The document includes detailed wage rates for various occupations, including administrative, automotive, healthcare, and technical positions, along with fringe benefits and requirements under Executive Orders regarding paid sick leave, health benefits, and holiday pay. It specifies requirements for uniforms and additional pay differentials for hazardous positions. This wage determination is crucial for federal contractors ensuring compliance with wage and labor standards, ultimately aimed at protecting workers and providing fair compensation in federal contract engagements. Future updates to wage rates will occur annually, reflecting changes in living costs and labor standards.
    The document outlines the Request for Proposal (RFP) related to programmed repairs for the U.S. Army Logistics Support Vessel (LSV) 7. It confirms the government’s intent to award a single contract and provides an estimated timeline for dry docking, with anticipated availability around June 2025 following an award in July 2025. It discusses numerous queries and responses regarding specifications, technical documentation, and procedural requirements for contractors. The questions range from clarifications on welding standards to requests for extensions on proposal submissions due to various challenges faced by contractors. Among the issues highlighted are discrepancies in technical specifications that impact estimations, requests for additional site visits, and guidance on procedures for proposal submission. The document serves as a platform for transparent communication between the Army and potential contractors, ensuring that all parties have a clear understanding of the requirements and constraints involved in the project.
    The document details a Request for Proposals (RFP) regarding programmed repairs to the U.S. Army Logistics Support Vessel (LSV) 7, indicating the government intends to award a single contract based on competitive proposals assessed for best value. The expected Target Award Date is April 2025, with the vessel's availability estimated around June 2025 for induction. It addresses various contractor queries regarding specifications, amendments, and process clarifications, such as welding standards, site visit requirements, and paint specifications. Contractors raise concerns about insufficient details, needing further clarifications on specifications and possible extensions for proposal submissions due to tight timelines and limited site access. The document also emphasizes the importance of adhering to specific technical manuals and painting standards throughout the project's execution. Amendments have been issued to extend deadlines and clarify procedural requirements, aiming to ensure a competitive and comprehensive bidding process while maintaining focus on quality and compliance. The overall purpose underscores a rigorous procedural and regulatory framework for government contracting within defense logistics, advocating thorough planning and adherence to standards amidst complex project demands.
    The document outlines a Request for Proposal (RFP) for programmed repairs to the U.S. Army Logistics Support Vessel (LSV) 7, indicating the government's intention to award a single contract based on the best value for the Army. Key details include anticipated timelines for dry-docking, with an estimated target award date in April 2025 and vessel availability for induction in June. Various amendments and clarifications are provided, addressing queries regarding referenced technical manuals, ship specifications, and extension requests for proposal deadlines. Notably, Amendment 0004 extends the proposal due date from November 27, 2024, to January 7, 2025, and the technical question deadline to December 16, 2024, allowing contractors more time to prepare their submissions amid scheduling challenges. The document emphasizes substantial collaborative planning between contractors and subcontractors to ensure comprehensive bids and compliance with requirements. Overall, it serves to facilitate a fair bidding process and enhance the quality of proposals for repairing the LSV-7.
    The document focuses on the Request for Proposal (RFP) initiated by the U.S. Army for programmed repairs to the Logistics Support Vessel (LSV-7). It outlines the intent to award a single contract for the project, with a target award date set for April 2025. Key topics discussed include the anticipated dry dock date, requirements for contractor proposals, necessary references and technical manuals, and various inquiries from contractors regarding the project's specifications and clarifications. Contractors have raised questions about welding standards, painting specifications, the scope of repairs, and access to the vessel during the site visits. Additionally, extensions for proposal submissions and inquiries about the status of amendments are highlighted. The responses emphasize adherence to technical guidelines and the importance of a detailed understanding of specifications for competitive bidding. This summary underscores the document's relevance within the context of federal government contracts, ensuring transparency and fostering competition among contractors while seeking to engage qualified experts for necessary repairs on the LSV-7.
    The document outlines the requirements and procedures for a Request for Proposal (RFP) related to programmed repairs for the U.S. Army's Logistics Support Vessel (LSV-7). It specifies that the government intends to award a single contract for the dry-docking of the vessel, with an estimated Target Award Date (TAD) in April 2025 and an estimated availability for induction in June 2025. Key questions raised in the RFP process include the anticipated dry dock date and clarification regarding references for the dry docking procedure, with guidance on acknowledgment of amendments and site visit protocols. The document highlights the importance of proper submission processes and emphasizes that contractors with existing access to the installation do not need to resubmit certain forms. This RFP is part of the government’s efforts to maintain and sustain military assets, reflecting the structured and competitive procurement process used in federal contracting to achieve the best value for public resources.
    The document outlines the Request for Proposals (RFP) for programmed repairs to the U.S. Army Logistics Support Vessel (LSV) 7. The government intends to award a single contract for dry-docking services, with an estimated target award date in April 2025. Key information includes the timeline for contract induction, estimated vessel availability post-award, and technical references necessary for bidders. The document details several inquiries and responses from contractors regarding specifications, references, amendments, and requests for deadline extensions due to the complexities involved in proposal preparation. Notably, the offer due date has been extended to January 7, 2025, and further site visits are scheduled to clarify project requirements. The overall objective highlights the need for comprehensive and competitive proposals while ensuring contractors have appropriate access to technical references and the vessel to formulate accurate bids. This RFP process demonstrates the government's commitment to maintaining operational readiness for its maritime assets through structured contracting methods.
    The document outlines the solicitation process for programmed repairs to the United States Army Logistics Support Vessel (LSV) 7. The government intends to award a single contract, with the target award date estimated for April 2025 and the vessel expected to be available for induction approximately 60 days post-award, likely in June 2025. Clarifications provided include that amendment 0001 has been issued and must be acknowledged, and that contractors with existing access protocols (DBIDS or TWIC) are not required to submit an additional form (Attachment 0002 - SECNAV 5512) for site visits. Furthermore, contractors needing references related to the dry-docking are advised to contact a specified government email for further assistance. The overall structure involves a Q&A format addressing various inquiries related to the RFP, indicating a focus on ensuring clarity and compliance throughout the contracting process. This file highlights the government's commitment to transparency and efficient procurement in support of military logistics operations.
    The document outlines the U.S. Army's Request for Proposals (RFP) regarding programmed repairs for the Logistics Support Vessel (LSV) 7. It articulates the intent to award a single contract, establishing a competitive bidding process while addressing numerous inquiries from potential contractors related to specifications, amendments, and project timelines. Key topics include the anticipated dry dock date, proposed changes to specifications, contractor responsibilities, and requests for extended proposal deadlines. Potential contractors have raised multiple questions regarding technical specifications, requirements for site visits, and clarifications on document amendments. Responses provided guidance on interpreting specifications, compliance with technical standards, and clarifications on painting requirements, welding protocols, and scope of work delineation. Additionally, the document covers aspects concerning proposal submission protocols, including deadlines, submission formats, and the logistics surrounding documents delivery. Overall, this RFP aims to ensure that the necessary repairs to LSV-7 are conducted effectively and competitively, while addressing logistical considerations and compliance with military standards, thus facilitating better project management and contractor engagement.
    The government document pertains to a Request for Proposal (RFP) for programmed repairs to the U.S. Army Logistics Support Vessel (LSV) 7, scheduled for dry docking in Hawaii. The Army intends to award a single contract based on a source selection trade-off process to determine the most advantageous proposal by April 2025. Key dates indicate the vessel will be available about 60 days post-award, with a target induction in June 2025. As contractors raised numerous questions regarding specifications and requirements—such as clarification on welding standards, paint specifications, and the need for additional site visits—the government issued amendments and extended deadlines for submission and questions to facilitate better proposals. Highlights include requisite technical manuals, drawing references, and the impact of limited dry-dock availability on project timelines. The document underscores final clarifications on specification requirements, emphasizes adherence to referenced technical standards, and adjusts timelines to enhance competitive bidding while ensuring the quality of repair proposals.
    The document outlines the Request for Proposals (RFP) for programmed repairs to the U.S. Army Logistics Support Vessel (LSV) 7, focusing on the contracting process for drydocking availability in Hawaii. It specifies the government's intent to award a single contract determined by a trade-off selection process based on offeror proposals. Key dates include an estimated contract award in April 2025, with the vessel expected to become available for induction approximately 60 days post-award. The document also addresses various procedural questions regarding amendments, site visit requirements, and technical references required for the bidding process. Notably, contractors with verified access to the installation are exempt from submitting specific forms. Important technical documentation related to the LSV-7’s repairs are referenced, with amendments issued for clarity and correction of specifications. Overall, the file serves to guide potential contractors through the RFP landscape while ensuring adherence to technical requirements and timelines necessary for government service contracts.
    The Army Contracting Command - Detroit Arsenal (ACC-DTA) is issuing a Request for Information (RFI) regarding a Master Agreement for the Repair and Alteration of Vessels (MVA). The MVA facilitates negotiations with contractors for ship repair work. Interested contractors must demonstrate their organizational abilities, including submission of documentation on the work types proposed, previous contracts, and compliance with eligibility requirements. The MVA application process involves electronic submission to Contract Specialist Brandon LaBonty and may include an on-site eligibility survey. Contractors must prove they meet the North American Industry Classification System (NAICS) Code 336611 standards for shipbuilding and repairing. Additionally, they must provide evidence of management capabilities, financial stability, technical support, quality assurance, safety measures, corrosion prevention, and adequate facilities. An annual revalidation ensures that contractors maintain their qualifications. However, holding an MVA does not guarantee contractor approval for any specific projects. This initiative underscores the government’s commitment to ensuring capable contractors for vital ship repair operations in a structured federal procurement environment.
    The document outlines a Request for Proposal (RFP) issued by the Army Contracting Command for programmed repairs to the U.S. Army vessel Logistics Support Vessel (LSV) 7. The primary purpose is to solicit contractors for drydocking, cleaning, painting, and repairs necessary for On Condition Cyclic Maintenance (OCCM). It specifies that only contractors with a valid Master Vessel Agreement (MVA) can be awarded contracts, highlighting the importance of readiness and compliance with Department of Defense regulations. Submissions are to be made electronically via the System for Award Management (SAM) platform, with a deadline set for November 27, 2024. The document also provides details on the anticipated work scope, compliance standards, and requirements for bidding. Critical elements include a focus on environmental regulations, safety certifications, and thorough documentation throughout the contract period. The RFP emphasizes the need for contractors to maintain high standards for workmanship, including compliance with naval specifications and regulations while ensuring that work does not deviate from authorized contract provisions. Ultimately, the document serves as a comprehensive guide for potential contractors to understand the requirements and conditions necessary to submit bids effectively for the project.
    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 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, 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.
    USS LEWIS B. PULLER (ESB-3) FY25 Voyage Repair
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the FY25 Voyage Repair Availability (VRA) of the USS Lewis B. Puller (ESB-3) at a contractor facility in Taranto, Italy. The procurement encompasses comprehensive maintenance and repair services, including management, procurement, and quality assurance, as specified by the Military Sealift Command and the Forward Deployed Regional Maintenance Center. This contract is crucial for ensuring the operational readiness and compliance of naval vessels, with a performance period extending from April 9 to April 23, 2025. Interested contractors should direct inquiries to Gary Eaton at gary.a.eaton6.civ@us.navy.mil, with proposals due by February 11, 2025, at 10 AM CET.
    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.
    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.
    Dry-Dock: USCG ANT PANAMA CITY (49415) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for dry-dock repairs to the 49-foot Buoy Utility Stern Loading boat (BUSL 49) as part of its FY2025 availability program. The procurement involves comprehensive repair and maintenance tasks, including general welding, ultrasonic testing, and hull inspections, with a strong emphasis on compliance with safety protocols and quality assurance standards. This contract is crucial for maintaining the operational readiness and integrity of USCG vessels, ensuring they meet regulatory requirements and performance standards. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their bids by March 7, 2025, with the contract period running from May 1, 2025, to September 30, 2025. For further inquiries, contractors can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.
    DOCKSIDE: CGC ESCANABA FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC Escanaba (WMEC-907) scheduled for fiscal year 2025. The project involves comprehensive cleaning, inspection, and overhaul of various systems, including seawater heat exchangers and sewage systems, with an anticipated duration of 60 days starting August 18, 2025. This procurement is critical for maintaining the operational integrity and readiness of the vessel, ensuring compliance with Coast Guard standards and environmental regulations. Interested contractors must respond to the Sources Sought Notice with company details and past performance records, and are encouraged to register in the System for Award Management (SAM) for future solicitation announcements. For further inquiries, contact Ms. Lenore D. Sevier at LENORE.D.SEVIER@USCG.MIL or by phone at 571-607-4729.