Watercraft Targets IDIQ
ID: FA282325R0004Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

NAICS

Boat Building (336612)

PSC

MISCELLANEOUS VESSELS (1990)
Timeline
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 23, 2025, 12:00 AM UTC
  3. 3
    Due Jan 27, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Air Force Test Center, is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the provision of commercial watercraft to be utilized as target assets for military testing and training operations. The procurement aims to establish Multiple Award Task Order Contracts (MATOCs) that will allow for the delivery of various types of watercraft, including small, medium, and large vessels, as well as modular platforms and trailers, with a total anticipated contract value of up to $49,999,999 over a five-year ordering period. This initiative is crucial for enhancing the USAF's capabilities in advanced weapons testing, ensuring compliance with environmental regulations, and maintaining operational readiness. Interested vendors must submit their feedback on the draft Request for Proposal by February 10, 2025, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil or Michelle D. Bailey at michelle.bailey.6@us.mil.

Point(s) of Contact
Kristina B. Brannon
kristina.brannon.1@us.af.mil
Michelle D. Bailey
michelle.bailey.6@us.af.mil
Files
Title
Posted
Jan 23, 2025, 7:04 PM UTC
The USAF's 96th Test Wing at Eglin AFB, FL, seeks to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the procurement of various types of watercraft to support advanced weapons testing and training operations. The document outlines the need for suitable watercraft that can be used as-is or modified. Requirements specify categories of watercraft, including small, medium, and large vessels, as well as low-cost modular platforms and trailers, with details on size, type, power options, and acceptable conditions for each. Contractors are responsible for meeting environmental regulations, obtaining necessary permits, and ensuring inspections and acceptance criteria are fulfilled upon delivery. Evaluation methods will include a mix of performance-based assessments, cost considerations, and schedule efficiency. The ultimate goal is to enhance the USAF’s capabilities in weapons system testing through the effective acquisition of functional watercraft assets that adhere to stringent standards.
Jan 23, 2025, 7:04 PM UTC
The document outlines a Request for Proposals (RFP) issued by the 96 RANSS/RNRT Mobile Targets Section for the procurement of a 36-foot Fast Response Fire/Rescue boat, including a trailer and associated equipment. The contractor is required to provide a comprehensive price quote for the boat, emphasizing that it must be in very good condition with all necessary features operational. Specifications detail various aspects of the boat, such as hull type, dimensions, speed, motor requirements, electronics, and fire suppression capabilities, aligning with industry and safety standards. Delivery is expected within 220 days after the award notification, with final inspections and acceptance tests scheduled at Eglin Air Force Base. This procurement aims to enhance capabilities for testing operations, focusing on critical functionality and safety features essential for fire and rescue missions. The structure of the document includes an introduction, scope, technical requirements, deliverables, and delivery instructions, all underscoring the importance of adherence to military standards and operational readiness.
Jan 23, 2025, 7:04 PM UTC
The document details a Request for Proposal (RFP) from the 96 RANSS/RNRT Mobile Targets Section (MTS) seeking a contractor to provide a Coastal Patrol Craft for operations at Eglin AFB, Florida. The RFP specifies that the vessel must be in good condition and complete, although it does not require operational capability. Key specifications include hull type, dimensions, and structural features such as steel construction, a center control area, and various deck requirements. Environmental considerations emphasize the removal of hazardous materials, and deliverables include certification documentation and a technical data package. The contractor must also submit photographic evidence of the vessel prior to the award decision. Delivery is required within 220 days of the contract award, and the final inspection will occur at Eglin AFB. This RFP reflects the government's need for safely managed and environmentally compliant equipment for military use, ensuring adherence to specific technical and delivery standards.
Jan 23, 2025, 7:04 PM UTC
The document outlines three proposed projects solicited through government RFPs, focusing on specific capabilities for emergency and rescue operations. The projects include a Low Cost Modular/Scalable and Inflatable Platform, a 36’ Fast Response Fire/Rescue Boat with Trailer, and a Coastal Patrol Craft. Notably, the evaluated price factors for these projects are listed as $0.00, indicating that financial details or assessments may be pending or not included in this document. The purpose of the RFPs likely aligns with enhancing emergency response capabilities, supporting agencies in effectively managing coastal and fire rescue operations. The structure of the document is straightforward, listing project titles and associated pricing, which implies its preliminary nature in the funding or development process. Overall, the document reflects ongoing efforts to procure resources essential for public safety and responsiveness in maritime and emergency scenarios.
Jan 23, 2025, 7:04 PM UTC
The contract outlined in this document aims to provide the 96 RANSS/RNRT with various sized watercraft and commercial equipment as target assets for advanced operational testing and training for the US Air Force. It will utilize a Multiple Award IDIQ contract model with a five-year ordering period, allowing for the potential inclusion of new contractors over time. Each Delivery Order (DO) will follow procedures detailed in FAR 16.505, initiated through Fair Opportunity Proposal Requests (FOPRs) that specify the requirements for new and used watercraft. Contractor selection will prioritize the best value to the government, primarily employing a Lowest Price Technically Acceptable (LPTA) method, while allowing for trade-offs between schedule and price when necessary. The contract supports future on-ramping for additional contractors, ensuring competitive opportunities for small businesses. Overall, the document serves as a guide for procurement processes related to the acquisition of watercraft for military operations, emphasizing efficiency, compliance, and the evolving nature of contractor participation.
Jan 23, 2025, 7:04 PM UTC
The document outlines a solicitation for contracts focused on supplying commercial products and services to enhance the capabilities of Women-Owned Small Businesses (WOSBs). The requisition number FA282325R0004 details the acquisition of various watercraft categories, including small, medium, and large vessels, as well as trailers and modular platforms. The proposal specifies solicitation details, including the due date (February 10, 2025), and contact information for inquiries. Key contractual clauses are incorporated, such as payment instructions via the Wide Area Workflow system and stipulations about compliance with federal acquisition regulations. The document emphasizes requirements for small businesses, particularly within the economically disadvantaged women-owned category, ensuring equitable opportunities in federal contracting. Additional clauses highlight restrictions related to business operations in certain regions and regulations regarding the employment of service-disabled veterans. Overall, this solicitation aims to promote small business participation while adhering to legal and regulatory frameworks in procurements, further supporting the federal objective to foster diversity and inclusion in government contracting. The comprehensive structure and detailed clauses ensure clarity and compliance throughout the procurement process.
Jan 23, 2025, 7:04 PM UTC
The document outlines the logistics support plan for Delivery Order 1 under the Watercraft Target IDIQ contract managed by the 96th Range Support Squadron Mobile Targets Flight at Eglin AFB, Florida. Its primary goal is to establish a clear framework for procurement methods, oversight, and management processes related to the contract. The contractor is required to develop a detailed logistics support plan that includes procurement strategies and demonstrates their capacity to manage logistics effectively. The deliverables specified include the logistics support plan, which must be submitted within 21 days after receipt of the order, and the requirement for strict document marking to protect technical information. A designated project manager will oversee the project and must be named promptly. The contract stipulates that any release of information requires the contracting officer's approval. Overall, this delivery order is crucial for ensuring organized logistics support and efficient management of watercraft targets used in military tests and training.
Jan 23, 2025, 7:04 PM UTC
The Financial Responsibility Questionnaire is part of the Request for Proposal (RFP) FA2823-25-R-0004, concerning Watercraft Targets Indefinite Delivery Indefinite Quantity (IDIQ) at Eglin Air Force Base, FL. This questionnaire is directed to financial institutions and aims to assess the financial stability and responsibility of a specified contractor. Key inquiries include the duration of the banking relationship with the contractor, existence of outstanding loans and payment issues, line of credit details, average account balances, and the institution's willingness to continue business with the contractor. The form provides space for additional comments that could help evaluate the contractor's financial standing. This document is integral for ensuring that the contractor has the necessary financial backing to fulfill obligations under the RFP, ultimately supporting the government's due diligence in procurement processes. The thorough assessment helps in making informed decisions regarding the contractor's capability to deliver on awarded contracts.
Jan 23, 2025, 7:04 PM UTC
The document outlines the requirements for submitting past performance information related to a federal Request for Proposals (RFP) for contract FA2823-25-R-0004. Offerors must provide specified details for each cited contract or program, including the company name, CAGE Code, DUNS number, and key contract specifics (agency, number, type, performance period, and value). Additionally, it addresses the role of the applicant (prime or subcontractor), pertinent completion dates, customer contact information, and any unique aspects of their work. Key elements also include compliance with regulations regarding small business utilization (FAR 52.219-8), subcontracting plans, and an evaluation of technical capabilities relevant to the Management Plan sub-factors. Ultimately, the document compels offerors to elucidate their historical performance, emphasizing their qualifications and past successes in similar government contracts while also capturing organizational changes that may impact current submissions. This information plays a critical role in assessing the capability and reliability of potential contractors in fulfilling government contracts.
Jan 23, 2025, 7:04 PM UTC
The Air Force Test Center is seeking proposals for a Watercraft Target program, which involves the provision of various types of watercraft and associated trailers. A critical aspect of the proposal evaluation will be the assessment of offerors' past performance on relevant contracts. The document includes a Past Performance Questionnaire to gather detailed feedback from past clients regarding the offerors' capabilities. The questionnaire covers various topics, including contract identification, customer agency information, respondent details, and a performance evaluation section. Respondents are asked to provide ratings on the contractor's performance, with a focus on criteria such as management effectiveness, personnel qualifications, quality control, and problem-solving abilities. The completed questionnaire must be submitted electronically to a specified Air Force email within a designated timeframe to contribute to the source selection records. This process is designed to ensure that the selected contractor has a proven track record of reliability and effectiveness, crucial for meeting the program's operational requirements and timelines. The collaborative input from past clients is vital for a thorough evaluation, facilitating an informed decision-making process in the award of the contract.
Jan 23, 2025, 7:04 PM UTC
The document outlines a consent letter template for subcontractors and teaming partners involved in federal government RFP submissions, specifically for the Department of the Air Force. It emphasizes the necessity for these parties to authorize the disclosure of their past performance information to the Prime Contractor during the evaluation process. To facilitate an effective assessment of performance confidence, subcontractors and teaming partners must complete and submit the consent letter as part of their past performance documentation. The letter must include details such as the specific RFP number and the roles of the involved parties. This process underscores the importance of past performance in securing government contracts and emphasizes the need for transparency and collaboration between the subcontractor, Prime Contractor, and the government during source selection.
Jan 23, 2025, 7:04 PM UTC
The federal government is soliciting proposals for the design and delivery of a Low Cost Modular/Scalable Inflatable Platform for the 96 RANSS/RNRT Mobile Targets Section (MTS) at Eglin AFB, Florida. The contractor is required to provide a price quote for one inflatable platform along with essential accessories, such as pontoons, handrails, and corrugated decking. The specifications detail the materials, dimensions, and essential features required for the pontoons and decking, emphasizing durability and flotation capabilities. Key deliverables include the pontoons and decking as specified, alongside electronic images for governmental review prior to contract award. The delivery must occur FOB Eglin AFB within 10 days of award, with a final inspection to ensure compliance with specifications before acceptance. Any non-compliant items must be promptly removed by the vendor after inspection. This RFP underscores the government’s requirement for efficient maritime evaluation systems and establishes detailed requirements for potential bidders, aligning with federal procurement protocols designed to enhance defense capabilities. The document illustrates a structured approach to acquiring specialized equipment, highlighting the importance of compliance and quality assurance in federal contracts.
Jan 23, 2025, 7:04 PM UTC
The document FA2823-25-R-0004 is a draft Request for Proposal (RFP) concerning a contract for Watercraft Targets under an Indefinite Delivery/Indefinite Quantity (IDIQ) structure, aimed at soliciting feedback on the proposed approach from potential vendors. It clarifies that the draft is not a formal submission and emphasizes that responses should be emailed directly rather than submitted through the Procurement Integrated Enterprise Environment (PIEE). Additionally, the document addresses various questions regarding submission guidelines, including how to approach variability in supplier brands, handling unfinished projects in past performance submissions, and requirements for pricing worksheets linked to example projects. The responses indicate a focus on providing feedback to inform the final RFP and specify that any past performance must reflect completed projects relevant to the equipment outlined in the objectives. This draft serves as a means to refine the procurement process for government contracting, highlighting essential vendor participation and compliance with established guidelines.
Lifecycle
Title
Type
Watercraft Target IDIQ
Currently viewing
Presolicitation
Similar Opportunities
Army Watercraft Sustainment Maintenance (AWSM) Program – Zone 3 – Pier Side - SYNOPSIS
Buyer not available
The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is preparing to solicit proposals for the Army Watercraft Sustainment Maintenance (AWSM) Program, specifically for Zone 3 – Pier Side operations. This procurement aims to address the maintenance needs of the U.S. Army’s fleet of vessels, including emergency and un-programmed repairs, emergency drydocking, modernization, and modification efforts. The government plans to award approximately 14 Indefinite Delivery Indefinite Quantity (IDIQ) contracts, each covering five one-year ordering periods with an additional six-month option, with the Request for Proposal (RFP) expected to be released in April 2025. Interested parties can reach out to Brandon LaBonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil for further information.
Army Watercraft Sustainment Maintenance (AWSM) Program – Zone 2 – OCONUS - SYNOPSIS
Buyer not available
The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is preparing to solicit proposals for the Army Watercraft Sustainment Maintenance (AWSM) Program, specifically for Zone 2 Outside the Continental United States (OCONUS). This procurement aims to address modifications, modernizations, and On-Condition Cyclic Maintenance (OCCM) for the U.S. Army’s fleet of vessels, ensuring their operational readiness and longevity. The government plans to award approximately seven OCONUS Five Year Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with the possibility of awarding more or fewer contracts based on the proposals received. Interested parties should note that the Request for Proposal (RFP) W912CH-25-R-A006 is expected to be released in April 2025, and inquiries can be directed to Brandon LaBonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil.
Floating Plant Vessel Repair IDIQ MATOC
Buyer not available
The U.S. Army Corps of Engineers – Norfolk District is seeking qualified contractors for a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on floating plant vessel repair services. The procurement aims to provide cyclic and demand maintenance for various vessels, including mechanical, hydraulic, electrical repairs, and more, within a 100-mile radius of Norfolk, Virginia. This contract is crucial for maintaining the operational readiness of the Corps' fleet, which includes a range of vessels from a 104-foot derrick boat to smaller craft. Interested firms must respond to the sources sought notice by April 23, 2025, and can direct inquiries to Amy Coody at amy.h.coody@usace.army.mil or Stormie Wicks at STORMIE.B.WICKS@USACE.ARMY.MIL, with a maximum contract value of $5 million anticipated over a five-year period.
TEAD - FY25 - Water Jet
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island, is seeking proposals from small businesses for the procurement of a Water Jet, specifically the OMAX 80X AbrasiveJet with a 30 HP EnduroMax Pump. This solicitation aims to acquire essential manufacturing technology that will enhance operational capabilities at the Tooele Army Depot in Utah, emphasizing compliance with federal green energy standards and the provision of installation support and training. The contract is set as a Firm Fixed Price (FFP) agreement, with a proposal submission deadline extended to April 29, 2025, at 10:00 AM (CT), and interested vendors must acknowledge all amendments in their submissions. For further inquiries, potential contractors can contact Rebecca Meeke at rebecca.l.meeke.civ@army.mil or Megan Frost at megan.k.frost2.civ@army.mil.
Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - UPDATED 17 Mar 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 vessel repair and maintenance. This initiative aims to establish a Master Agreement for the Repair and Alteration of Vessels (MVA), ensuring that contractors meet specific eligibility criteria related to financial management, quality assurance, and safety protocols. The AWSM Program is critical for maintaining the operational readiness of U.S. Army watercraft, with an estimated maximum ordering value of approximately $522 million across various maintenance tasks. Interested contractors must submit their qualifications and relevant documentation by the specified deadlines, with key contacts Brandon LaBonty and Christopher Murphy available for inquiries at their respective email addresses.
Water Lab Analysis Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Water Lab Analysis Services through a combined synopsis/solicitation process. The objective is to establish a Firm Fixed Price Blanket Purchase Agreement for commercial services related to chemical testing of water and hazardous waste characterization, with a focus on compliance with environmental regulations and safety standards. This procurement is crucial for ensuring environmental compliance and public health, as it involves routine and emergency sampling and testing using EPA-approved methods. Proposals must be submitted electronically by 1:00 PM EDT on May 14, 2025, to the designated contacts, Brandon Bolen and Edward A. Huchison, with a total contract value capped at $200,000 for the period from July 1, 2025, to June 30, 2030.
Intent to Sole Source - Jet Dock - Tyndall AFB
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for a drive-on floating dock system at Tyndall Air Force Base in Florida. The procurement aims to acquire a pneumatic floating dock measuring 15’x35’ to enhance maintenance and operational efficiency for a 29-foot vessel weighing just under 13,000 lbs, facilitating easy launch, recovery, and maintenance while preventing marine life build-up. This contract is set aside for small businesses, particularly Women-Owned Small Businesses (WOSB), and emphasizes compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Interested parties must submit their quotes by 2:00 PM CST on April 30, 2025, to Matt Pierce at matthew.pierce.13@us.af.mil, with the understanding that the requirement is subject to funding availability.
Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) in support of the E-6B Mercury Aircraft.
Buyer not available
The Department of Defense, through the Naval Air Systems Command, is conducting market research for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) to support the E-6B Mercury Aircraft. This procurement aims to gather information on the capabilities of both large and small businesses to provide a range of services, including engineering, logistics support, systems integration, and software development, essential for the aircraft's lifecycle management and mission operations. The IDIQ MAC will facilitate competitive awards for delivery and task orders over a ten-year period, with the anticipated Request for Proposal release in the first quarter of FY2026 and contract awards expected in the first quarter of FY2027. Interested vendors are encouraged to submit their qualifications and capabilities by contacting Lisa Troccoli or Randy Putnam via email, as detailed in the opportunity overview.
Common Armament Tester for Fighter (CAT-F)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing a versatile armament test system for the F-16, F-15, and A-10 aircraft. The procurement involves the design, manufacture, and sustainment of handheld and backshop testing capabilities, with a focus on enhancing maintenance operations while addressing obsolescence and ensuring compliance with cyber-security and nuclear certification standards. This initiative is critical for modernizing military testing equipment and ensuring operational readiness, with a contract duration of one base year plus four options. Interested parties are encouraged to review the draft RFP documents and submit feedback by April 16, 2025, to the primary contact, Oya Harrison, at oya.harrison.1@us.af.mil, or the secondary contact, Alexis Davis, at alexis.davis.13@us.af.mil.
Common Armament Tester for Fighter (CAT-F)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.