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

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYSPRMM1 DLA MECHANICSBURGMECHANICSBURG, PA, 17055-0788, USA
Timeline
  1. 1
    Posted Dec 20, 2023, 1:17 PM UTC
  2. 2
    Updated Sep 3, 2024, 12:00 AM UTC
  3. 3
    Due Oct 3, 2024, 8:00 PM UTC
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 to establish an indefinite-delivery, indefinite-quantity (IDIQ) contract framework for a wide range of maritime systems and support, emphasizing compliance with military standards and encouraging competition among vendors. The procurement process will focus on small business participation, with a goal of allocating at least 40% of awarded orders to small businesses, and the total contract value is capped at $10 billion over a potential ten-year period. Interested vendors are encouraged to review the draft solicitation documents and submit questions to Brian Stevens at brian.stevens@dla.mil by October 3, 2024, as no proposals will be accepted during this draft review phase.

Point(s) of Contact
BRIAN STEVENS, ZIAC1, PHONE (717)550-3158, FAX (717)550-3231, EMAIL BRIAN.STEVENS@DLA.MIL
BRIAN.STEVENS@DLA.MIL
LARRY B. STROHECKER, ZIBA1, PHONE (717)550-3722, FAX (717)550-3231, EMAIL LARRY.STROHECKER@DLA.MIL
LARRY.STROHECKER@DLA.MIL
Files
Title
Posted
Sep 23, 2024, 6:59 PM UTC
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.
Sep 23, 2024, 6:59 PM UTC
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.
Sep 23, 2024, 6:59 PM UTC
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.
Sep 23, 2024, 6:59 PM UTC
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.
Mar 26, 2024, 1:11 PM UTC
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).
Sep 23, 2024, 6:59 PM UTC
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.
Mar 26, 2024, 1:11 PM UTC
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
Title
Type
Presolicitation
Sources Sought
Similar Opportunities
Marine Boatyard Services and Industrial Support Lot II Follow-On MAC-IDIQ
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is seeking small businesses to participate in a Sources Sought announcement for the Marine Boatyard Services and Industrial Support Lot II Follow-On MAC-IDIQ contract. This procurement aims to identify industry capabilities for providing comprehensive marine boatyard services, including maintenance, repair, and support for various vessels and ancillary equipment, particularly those over 15 meters in length, in the San Diego area. The services are critical for maintaining the operational readiness of non-commissioned vessels and ensuring compliance with Navy maintenance standards. Interested parties must submit a notice of interest by April 7, 2025, to the designated contacts, Alondra Moreno and Natalie Arenz, with the anticipated RFP release date around May 14, 2025. For further inquiries, potential vendors can reach out via the provided email addresses.
Multiple Award Construction Contract (MACC) - Large Scale Military Projects
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction activities, including design-bid-build and design-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The projects will support various military facilities and infrastructure, emphasizing compliance with sustainability goals and safety standards. Interested contractors must submit proposals by April 29, 2025, and are encouraged to contact Molly Lawson at molly.lawson@navy.mil or Vivienne Moore at vivienne.e.moore.civ@us.navy.mil for further information.
Marine Boatyard Services and Industrial Support Lot III MAC-IDIQ
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is conducting a Sources Sought announcement for the Marine Boatyard Services and Industrial Support Lot III MAC-IDIQ contract, aimed at small businesses. The procurement seeks contractors capable of providing comprehensive marine boatyard services, including pierside and dockside repairs for various vessels such as boats, landing craft utilities, and barges, primarily at Naval Base San Diego and other associated locations. This initiative is crucial for maintaining the operational readiness of the Navy's maritime assets, ensuring compliance with safety and environmental regulations while delivering high-quality support services. Interested small businesses must submit a notice of interest by April 11, 2025, detailing their capabilities and relevant experience, with the anticipated RFP release date around June 9, 2025. For inquiries, contact Natalie Arenz at natalie.m.arenz.civ@us.navy.mil or Alondra Moreno at alondra.moreno3.civ@us.navy.mil.
MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) – NSWC Crane
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for a Multiple Award Construction Contract (MACC) to support various construction projects in Indiana. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract has an estimated total value of up to $48.7 million, with a minimum firm-fixed-price of $500 for awarded contracts, and emphasizes the importance of small business participation, targeting at least 40% of subcontracted dollars to small businesses. Offerors must demonstrate their technical capabilities, management approaches, and past performance while adhering to specific proposal formatting and content guidelines. Interested parties should contact Aaron Hohl at aaron.m.hohl.civ@us.navy.mil for further details and ensure they are registered in the necessary government systems to participate in this competitive procurement process.
USNS William McLean MTA 2025
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for maintenance and technical assistance (MTA) for the USNS William McLean (T-AKE 12) for fiscal year 2025. The procurement focuses on shipbuilding and repairing services, requiring contractors to demonstrate their capabilities in dry dock services, safety protocols, and compliance with military operational standards. This opportunity is critical for ensuring the operational readiness and safety of military vessels, with performance expected to take place in Virginia, United States. Interested contractors should direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil, with proposals due by the specified deadlines.
SWRMC Marine Boatyard Services (MBS) and Industrial Support Lot-1
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is soliciting proposals for Marine Boatyard Services and Industrial Support Lot-1, aimed at providing essential maintenance and repair services for non-commissioned boats and craft under 50 feet in length. The contractor will be responsible for delivering management, labor, materials, and equipment necessary for modifications, upgrades, and periodic maintenance primarily for Naval Facilities in the San Diego area. This procurement is crucial for ensuring the operational readiness of the Navy's fleet and will be awarded as a multiple award indefinite delivery/indefinite quantity (IDIQ) contract over five years, with proposals due by April 7, 2025, at 2:00 PM local time. Interested parties should contact Mira Maje Brown at miramaje.c.brown.civ@us.navy.mil or (619) 708-0826 for further information and must be registered in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM) to be eligible for award.
MAST INTERFACE CONT
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a MAST Interface Controller, under the NAVSUP Weapon Systems Support Mechanical office. This contract involves the manufacture and supply of the MAST Interface Controller, identified by part number N151986-1, with specific quality assurance and inspection requirements outlined in the solicitation. The goods are critical for military operations, ensuring the functionality of various systems within the Navy's arsenal. Interested contractors should direct inquiries to James B. Burnett at 717-605-8656 or via email at JAMES.B.BURNETT1@NAVY.MIL, with proposals expected to adhere to the outlined specifications and deadlines for submission.
25--DAVIT,VEHICLE,BOOM
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 97 units of the DAVIT, VEHICLE, BOOM (NSN 2590009532172). This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated 11 orders per year and a guaranteed minimum quantity of 14 units. The items are critical components for military armored vehicles and will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
PMW 160 Automated Digital Network System (ADNS) Multiple Award Contract (MAC)
Buyer not available
The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is preparing to issue a Full and Open competitive Request for Proposal (RFP) for the Automated Digital Network System (ADNS) Multiple Award Contract (MAC). This procurement focuses on the ADNS, which is a Navy Program of Record that integrates various Commercial-Off-the-Shelf (COTS) and Government Off-the-Shelf (GOTS) hardware and software to enhance communication capabilities across naval platforms. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with an eight-year ordering period, and it is anticipated that the RFP will be released in the third quarter of fiscal year 2025, with contract awards expected in the first quarter of fiscal year 2026. Interested parties can direct inquiries to Contract Specialist Andrea M. Cohn at andrea.m.cohn.civ@us.navy.mil or by phone at 619-208-1247.
J019 - SMALL CRAFT MAINTENANCE AND UPGRADE SUPPORT SERVICES
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is soliciting proposals for Small Craft Maintenance and Upgrade Support Services. The contract aims to provide comprehensive maintenance, repair, and upgrade services for a fleet of twenty small vessels utilized by the Naval Oceanographic Office (NAVOCEANO), ensuring compliance with established standards and regulations. This initiative is crucial for maintaining operational readiness and enhancing capabilities in marine surveying and training operations. Interested small businesses must submit their proposals by April 10, 2025, with the contract valued on a firm-fixed-price basis for a five-year period, potentially extending for an additional six months. For further inquiries, contact Joseph Caltagirone at joseph.caltagirone@navy.mil or by phone at 564-226-0669.