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
    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
    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
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and associated services for the Navy Marine Corps Intranet (NMCI). The procurement aims to provide MFDs, accessories, and office document devices, along with installation, maintenance, training, and network security services for a period of up to 60 months at a flat rate. These devices are crucial for ensuring operational efficiency and compliance with security standards within the Department of the Navy's network. Interested companies must submit a capabilities package by December 22, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    20--BUOY,MOORING
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of three mooring buoys (NSN 2050016810554) to be delivered to the Naval Special Warfare Group 8 within 20 days after order placement. This solicitation is part of a total small business set-aside, emphasizing the importance of supporting small enterprises in fulfilling defense-related contracts. The procurement is critical for maritime operations, ensuring that the necessary equipment is available for naval activities. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.
    Unmanned Maritime Systems (UMS) Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Unmanned Maritime Systems (UMS) support under the Seaport NxG Multiple Award Contract (MAC), designated as number N6133126R3102. This opportunity is exclusively available to holders of the Seaport MAC and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The UMS support is critical for enhancing naval operations and capabilities, reflecting the increasing reliance on unmanned systems in maritime environments. Interested parties must submit their responses via the PIEE Solicitation Module by January 5, 2025, at 4 PM CST. For further inquiries, contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, 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 services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking contractors for a Multiple Award Construction Contract (MACC) focused on Design-Build and Design-Bid-Build projects primarily at the Portsmouth Naval Shipyard in Kittery, Maine, and the Norfolk Naval Shipyard in Portsmouth, Virginia. The MACC, with a not-to-exceed value of $4 billion, will encompass new construction, renovation, alteration, and repair of large general, industrial, and waterfront facilities, supporting the Shipyard Infrastructure Optimization Program (SIOP). This unrestricted competition aims to award approximately five contracts for a three-year base period with two additional one-year options, including an initial seed project valued between $25 million and $100 million. Interested contractors must be registered in SAM and can reach out to Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further inquiries. The solicitation is anticipated to be issued on or after November 25, 2025, with awards expected in the first quarter of FY27.
    Vehicles Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    USNS LENTHALL (T-AO 189) MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the Midterm Availability of the USNS LENTHALL (T-AO 189), with a focus on shipbuilding and repair services. The contract requires the selected contractor to prepare for and accomplish specified tasks in accordance with the work item package, with an anticipated performance period from August 15, 2026, to October 30, 2026, at the contractor's facility located on the East or Gulf Coast. This opportunity is a total small business set-aside, reflecting the agency's expectation of receiving multiple proposals from small businesses, and interested parties must sign a Use and Non-Disclosure Agreement to access government technical data. Proposals will be accepted following the solicitation release on or about September 30, 2025, and inquiries can be directed to Samuel N. Queen at samuel.n.queen2.civ@us.navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range, 30 days of endurance, and the ability to accommodate 12 Coast Guard personnel. This procurement is crucial for ensuring effective maritime operations and logistics support, with a cumulative ceiling of $99 million over a five-year period, starting from April 1, 2026, to March 31, 2031. Interested vendors can reach out to primary contact Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or secondary contact Sara Andrukonis at sara.k.andrukonis@uscg.mil for further details.
    20--ANCHOR,MARINE,FLUKE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 72 marine fluke anchors under solicitation number 2040015186911. The requirement is set aside for small businesses, emphasizing the importance of supporting small enterprises in defense contracting. These anchors are critical components for various marine operations, ensuring the reliability and safety of naval vessels. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    5 year IDIQ All level 1 and SUBSAFE Material.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking offers for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply components for cable cutters and reel machines. This procurement includes critical items such as drum shafts, retention nuts, push rods, and various fasteners, all of which must meet stringent SUBSAFE and Level I material requirements as outlined in NAVSEA specifications. These components are essential for the operational integrity of naval equipment, ensuring safety and reliability in maritime operations. Interested vendors should contact John LaMotta or David Torres via email at david.torres22.civ@us.navy.mil for further details, with the contract expected to commence around May 30, 2026.