Maritime Acquisition Advancement Contract (MAAC)
ID: SPRMM1-24-R-T001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYSPRMM1 DLA MECHANICSBURGMECHANICSBURG, PA, 17055-0788, USA

NAICS

Turbine and Turbine Generator Set Units Manufacturing (333611)

PSC

ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE (5998)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency, is initiating the Maritime Acquisition Advancement Contract (MAAC) to support U.S. Naval Supply Weapon Systems Support and other defense agencies. This presolicitation seeks feedback on a draft Request for Proposal (RFP) for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which aims to streamline procurement processes for various maritime systems and support over a ten-year period. The contract will encompass a wide range of Integrated Weapons Systems and is designed to enhance competition among vendors while ensuring compliance with military standards and specifications. Interested vendors should review the attached documents and submit any questions to Brian Stevens at brian.stevens@dla.mil by October 3, 2024, as no proposals will be accepted during this draft review period.

    Point(s) of Contact
    BRIAN STEVENS, ZIA1, PHONE (717)550-3158, FAX (717)550-3231, EMAIL BRIAN.STEVENS@DLA.MIL
    BRIAN.STEVENS@DLA.MIL
    Files
    Title
    Posted
    The MAAC Post-Award Ordering Process outlines the procedures for future orders and the Rapid Ordering Catalog, detailing how the government efficiently procures high-demand items. Future Order RFPs may encompass requirements for up to five years, including notices of intent, descriptions of supplies/services, Best Value determination criteria, and anticipated order windows. Selected MAAC Prime Contractors will be notified post-selection without further updates until orders are placed. The Rapid Ordering Catalog, which lists high-priority items, can be updated as necessary. The DLA Maritime will assess customer requests for new items, and contracts awarded will set ceiling prices for future procurement. Orders may require rapid responses, especially for urgent requests not listed in the catalog. Additionally, the Rapid Ordering Catalog Supplement allows for automated award processes for qualifying items and does not necessitate ceiling price limits. This streamlined approach facilitates efficient government purchasing while ensuring compliance with established thresholds for various procurement methods. Overall, the document emphasizes the importance of timely and cost-effective ordering within established government frameworks for procurement, particularly focusing on expediting high-demand item acquisition.
    The document outlines evaluation criteria and requirements related to past performance, technical factors, and program management for government contract proposals, focusing on ensuring compliance and quality in the procurement process. It details essential sections concerning management and personnel organization, risk assessments, performance metrics, supply chain management, and specific obligations for contractors. Emphasis is placed on procedures for handling technical documentation, product evaluations, and addressing discrepancies. Moreover, it underscores the importance of small business participation through a commitment document and includes price evaluation components to ensure fair bidding practices. The structure organizes information by clearly defined sections, guiding contractors through the submission process, including necessary agreements and documentation. The overarching purpose is to standardize the bid evaluation process while ensuring accountability, quality assurance, and compliance with federal guidelines for effective government contracting operations. This document is critical for prospective contractors engaged in federal and state/local RFPs, providing a comprehensive framework for proposal development and evaluation.
    The Maritime Acquisition Advancement Contract (MAAC) outlines the requirements and processes for a ten-year Indefinite-Delivery Indefinite-Quantity (IDIQ) multiple award contract to support U.S. Naval Supply Weapon Systems Support (NAVSUP WSS) and other Defense agencies. This contract aims to streamline procurement by consolidating varied ordering practices into a single framework encouraging competition among vendors for maritime systems and support. Key components include provisions for the supply of commercial and non-commercial items across ten Integrated Weapons Systems Team categories, as well as incidental services. The contract documents stipulate compliance with various military standards and specifications, establish order receipt processes, and detail requirements for performance metrics, including quote rates and on-time delivery rates. Contractors must ensure quality through management and oversight, implement effective supply chain systems, and maintain compliance with security and source restrictions. The structure of the document includes sections on general information, program requirements, supply requirements, and incidental service requirements, all designed to ensure that the acquisition process is efficient, transparent, and responsive to the needs of defense operations while ensuring maximum competition among contractors.
    The document presents the Price Evaluation List (PEL) for the Maritime Acquisition Advancement Contract (MAAC) under RFP SPRMM1-24-R-T001. It details a comprehensive list of items required for various maritime applications, listing item descriptions, associated Federal Supply Classes (FSC), National Item Identification Numbers (NIIN), and Production Lead Times (PLT) after the receipt of order. The items range from assembly parts for the MK 15 CIWS system to components related to gas turbines, refrigeration systems, and electronic communication devices. Key sections of the document provide the item specifications, including CAGE codes and part numbers, all essential for procurement processes. The main purpose of this document is to facilitate government and contractor evaluations concerning equipment and parts sourcing necessary for Navy operations. The structured format enables buyers to assess pricing, availability, and lead times effectively, ensuring a streamlined acquisition process. In this context, it serves as a critical tool for compliance, efficient project management, and operational readiness within maritime defense capabilities.
    There are numerous items listed in the table, including cylinder heads, blades, pumps, valves, amplifiers, circuit card assemblies, motors, and generators. Some specific items mentioned include a generator (NIIN: 014632103), a collector ring (NIIN: 011061886), a power supply (NIIN: 200108085), and a rectifier power supply (NIIN: 016055940).
    The document outlines a Request for Proposal (RFP) for the Maritime Acquisition Advancement Contract (MAAC), designed to provide indefinite-delivery, indefinite-quantity (IDIQ) contracts supporting U.S. Naval Supply Weapon Systems Support and various federal agencies. The scope covers a comprehensive range of Integrated Weapons Systems, including categories like Amphibious, Carrier, and Unmanned Combatants. The Government aims for multiple contract awards while reserving the right to make a single award if deemed beneficial. Key requirements include a focus on small business participation, ensuring at least 40% of awarded orders go to small businesses. The base contracting period spans five years, with an option for five additional years, and total orders under all contracts cannot exceed $10 billion. Additionally, all proposals must include fixed ceiling pricing for critical items, submitted via the Price Evaluation List. The document emphasizes strict adherence to quality standards and outlines performance reviews and compliance metrics for contractors throughout the contract's life. Overall, this RFP reflects the federal initiative to enhance procurement processes while emphasizing competition, responsible contract management, and commitment to small business engagement.
    The government is seeking multiple contracts to supply various items and services primarily for Naval Supply - Weapon Support Systems. The government owns some Technical Data Packages (TDPs), but some items will be Commercial-Off-The-Shelf (COTS) or for items where the government does not own the TDPs. Organizations are asked to provide information on their capabilities, experience, partnerships, and ability to support the required items.
    Lifecycle
    Similar Opportunities
    Hull, Mechanical, and Electrical Repair/Maintenance IDIQ for the Mid­-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC) focused on hull, mechanical, and electrical (HM&E) repair and maintenance for various U.S. Navy vessels. The contract aims to fulfill repair, maintenance, modernization, and sustainment requirements primarily within a 50-mile radius of Naval Station Norfolk, Virginia, with potential tasks extending across the continental United States. This procurement is critical for maintaining the operational readiness of the Navy's fleet and is set aside exclusively for small businesses, with a total contract value projected at approximately $10 million over five years. Interested contractors must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, and inquiries can be directed to Jake Grady or Donald Bowers via their provided email addresses.
    C-40 Contractor Logistics Support: Draft Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking industry feedback for a draft solicitation regarding the C-40A Contractor Logistics Support (CLS) services for the United States Navy and Marine Corps aircraft. This procurement aims to establish a competitive single source Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to support a total of nineteen aircraft, enhancing operational readiness and maintenance capabilities. Interested parties are encouraged to submit their feedback using the provided Excel file by 4:30 PM EST on October 3, 2024, with the formal Request for Proposal (RFP) expected to be released in the second quarter of Fiscal Year 2025 and contract award anticipated in the fourth quarter of FY25. For further inquiries, potential offerors may contact Karin Jensvold at karin.jensvold@navy.mil or Jamie Schoemaker at jamie.l.schoemaker.civ@us.navy.mil.
    NAVSUP Strategic Transformation
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE NAVSUP Strategic Transformation: The Department of Defense, specifically the Department of the Navy, is seeking strategic contractor services to assist with transformation efforts. This multiple award, firm fixed price contract will support non-personal services that address challenges affecting NAVSUP and the Department of the Navy. The contract will focus on major engagement areas such as cross command supply chain reform, logistics response time reduction, supply chain and logistics technology, and enterprise transformations. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. Interested contractors can download the complete Request for Proposal (RFP) package from the beta.SAM website starting on or around March 15, 2021.
    MK 41 VLS Electronics Depot and Design Agent (FY25-FY29) Request for Information (RFI)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking sources for the MK 41 Vertical Launching System (VLS) Mechanical Design Agent, Electronic Design Agent, and Electronic Depot Operations requirements as part of a Request for Information (RFI) for fiscal years 2025 to 2029. The procurement aims to gather industry feedback on a draft Request for Proposal (RFP) that will be divided into three parts, allowing contractors to bid on one, two, or all three components, with an emphasis on the need for classified facilities for certain design agent requirements. Interested parties must be authorized contractors with an approved DD Form 2345 and are encouraged to submit their comments and company profiles via email to the designated contacts, Matthew Hubbard and David Chamberlain, by the specified deadlines. This RFI serves as a planning tool and does not constitute a commitment to procure, with all submissions treated as market research and not returned.
    Marine Boatyard Repair and Maintenance Support LOT I for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for a Marine Boatyard Repair and Maintenance Support contract (N50054-24-R-0007) aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area, primarily within a 100-mile radius of Naval Station Norfolk, Virginia. The contract will be structured as an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC), with a base year and four one-year ordering periods, focusing on depot-level repairs, maintenance, and alterations, while ensuring compliance with safety and environmental regulations. This procurement is designated as a Total Small Business Set-Aside, with the applicable NAICS code being 336611 (Ship Building and Repair), and interested contractors are required to submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) solicitation module by the specified deadlines. For further inquiries, contractors may contact Jake Grady at jake.a.grady2.civ@us.navy.mil or Kevin Cooper at kevin.r.cooper20.civ@us.navy.mil.
    MIL-DTL-23933D, Cartridge, Impulse, Mark 44 Mod 0
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to draft specifications for the MIL-DTL-23933D, Cartridge, Impulse, Mark 44 Mod 0, aimed at accommodating various design solutions and processes while encouraging a diverse vendor base. This initiative is crucial for ensuring the availability of reliable cartridge and propellant actuated devices and components, which play a significant role in national security operations. Interested parties can request copies of the draft document by emailing CommandStandards@navy.mil, with the review period concluding on September 30, 2024. It is important to note that this announcement is a special notice and not a solicitation for proposals.
    Marine Boatyard Repair and Maintenance Support LOT II for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for the Marine Boatyard Repair and Maintenance Support LOT II contract, aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area. The contractor will be responsible for delivering management, labor, material support services, and equipment necessary for depot-level repairs, alterations, and maintenance of various non-commissioned boats and associated systems. This contract is critical for ensuring the operational readiness of naval assets and will be awarded as a Firm Fixed Price/Indefinite Delivery Indefinite Quantity (FFP/IDIQ) contract, with a base year and four one-year ordering periods. Interested small businesses must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and can direct inquiries to primary contact Jake Grady at jake.a.grady2.civ@us.navy.mil or secondary contact Willie Ross at willie.r.ross.civ@us.navy.mil.
    FUEL DELIVERY SYSTEM (FDS) OR FDS ON CHARTER/COMMERCIAL TANKER
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information from companies capable of providing a Fuel Delivery System (FDS) on commercial medium-range tankers to support U.S. Navy replenishment operations. The FDS must be designed to facilitate fuel transfer under various sea conditions and comply with Navy engineering standards, with operations anticipated to commence on February 2, 2026, and conclude by June 1, 2027. This initiative is crucial for enhancing the Navy's supply chain efficiency and operational readiness, emphasizing the importance of collaboration with qualified contractors in the maritime sector. Interested parties must submit their company information, relevant experience, and estimated costs by September 30, 2024, and can contact Jordan Schwaner or Stephanie Ricker for further details.
    Fiscal Year 2025 West Coast (CONUS + Alaska & Hawaii) General Ship Repair Indefinite Delivery Indefinite Quantity Multiple Award Contract (FY25 WCGSR IDIQ MAC)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking multiple small business contractors for the Fiscal Year 2025 West Coast General Ship Repair Indefinite Delivery Indefinite Quantity Multiple Award Contract (FY25 WCGSR IDIQ MAC). This procurement aims to establish contracts to support ship repair requirements at various locations on the West Coast, Alaska, and Hawaii, including tasks such as compressor overhauls, pipe renewals, and valve repairs. The services are critical for maintaining the operational readiness of the U.S. Navy's Combat Logistics Force, which provides essential supplies and support to Navy ships at sea. Interested contractors must submit their proposals, including past performance evaluations, by the specified deadlines, and can contact Rey Estrada at amador.r.estrada.civ@us.navy.mil or Charles Reeves at charles.t.reeves7.civ@us.navy.mil for further information.
    Small Capacity Weight Handling Equipment Multiple Award Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is soliciting proposals for a Small Capacity Weight Handling Equipment Multiple Award Contract (WHEMAC). This procurement aims to meet the diverse weight handling equipment needs of the Navy, Marine Corps, and other federal entities globally, which may include the acquisition of new equipment or the refurbishment of existing systems. The awarded contracts will consist of up to ten Indefinite-Delivery/Indefinite Quantity (IDIQ) contracts, with the best value proposal receiving the initial contract and delivery order for a seed project, while additional contracts may be awarded based on evaluation criteria. Interested parties can reach out to Priscilla Gula at priscilla.gula@navy.mil or Lisa Sumpter at lisa.sumpter@navy.mil for further information.