Watercraft Target 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
    Description

    The Department of Defense, specifically the Air Force Test Center Operational Contracting Squadron at Eglin Air Force Base, FL, is seeking proposals for Multiple Award Task Order Contracts (MATOCs) to provide commercial watercraft to be utilized as target assets. The procurement requires contractors to deliver all necessary materials, equipment, and labor as outlined in the Statement of Objectives dated October 28, 2024, under a Full and Open competition framework. This acquisition is significant for military testing and training operations, with a total anticipated cost of $49,999,999 and task orders ranging from the awarded logistics plan amount up to $5,000,000. Interested parties can contact Kristina Brannon at Kristina.Brannon.1@us.af.mil for further details, with the contract having a five-year ordering period.

    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Combined Synopsis/Solicitation
    Watercraft Target IDIQ
    Currently viewing
    Presolicitation
    Similar Opportunities
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    Small Business Construction MATOC
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC) valued at $90 million, aimed at providing construction services across its Area of Responsibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support military and interagency projects, including sustainment, restoration, modernization, and new construction, with task orders ranging from $500,000 to $10 million. The MATOC is critical for ensuring timely execution of construction needs in a climate of uncertain funding and compressed timelines, while also promoting competition among small businesses. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further information, with the contract ordering period set for five years.
    Multiple Award Task Order Contract for Design Build/Design Bid Build (DB/DBB) West
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Multiple Award Task Order Contract (MATOC) focused on Design Build/Design Bid Build (DB/DBB) projects in the Charleston District. This contract aims to establish a pool of up to seven contractors for general construction projects, with a total capacity of $99 million, to be utilized over a three-year base period and an additional two-year option period. The work will be conducted west of the Mississippi River, emphasizing the importance of efficient construction services in supporting military infrastructure. Interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further details, with the formal solicitation expected to be announced within the next 15 to 30 days.
    Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging wit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. This procurement aims to secure fully operated dredging services, including the necessary plant and personnel, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. The contract, valued at a combined capacity of $99.5 million, will be awarded as Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with individual task orders estimated between $5 million and $10 million. Interested vendors should register on the Interested Vendors List at https://sam.gov/ and are encouraged to monitor the Contract Opportunities Website for updates, as the solicitation is expected to be issued in January 2026, with proposals due in February 2026. For further inquiries, contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) aimed at crane replacement and rehabilitation projects. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity not exceeding $499,320,000, will span a three-year base period with an option for an additional two years, utilizing a best-value trade-off source selection process. The scope of work includes various crane types and rehabilitation tasks, including hazardous material removal, emphasizing the importance of safety, quality control, and environmental protection standards. Interested contractors should submit their proposals electronically, adhering to strict formatting and submission requirements, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking vendors for the Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC). The MADOC vehicle is for the procurement of six (6) Production Capability Categories of Sonobuoys: Bathythermograph, Passive, Active/Passive Combo, Multistatic Receiver, Multistatic Source, and Special Mission. Sonobuoys are air launched expendable, electro-mechanical ASW acoustic sensors designed to relay underwater sounds associated with ships and submarines to sophisticated remote processors principally on P-3C, P-8A, and MH-60R aircraft. Interested vendors should contact Kristin Recio and Lisa Troccoli at Kristin.a.recio.civ@us.navy.mil and Lisa.j.troccoli.civ@us.navy.mil respectively.
    LEGACY LANDING CRAFT AIR CUSHION (LCAC) AND LCAC100 CLASS MAINTENANCE AND REPAIR SUPPORT
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking maintenance and repair support for the Legacy Landing Craft Air Cushion (LCAC) and LCAC100 class vessels. This procurement aims to ensure the operational readiness and longevity of these critical marine assets, which play a vital role in amphibious operations and logistics. A pre-solicitation conference will be held via Microsoft Teams on January 7, 2026, from 1:00 p.m. to 2:00 p.m. CST, where interested offerors must submit their intent to participate by January 6, 2026, at 10:30 a.m. CST. For further inquiries, contact Kathleen Stewart at kathleen.a.stewart23.civ@us.navy.mil or Frances Negron at frances.j.negron.civ@us.navy.mil.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking proposals for Contractor Operations and Maintenance Services (COMS) under the Field Training Systems Support (FTSS V) Multiple Award Contract (MAC) for various Naval Air Stations. The procurement aims to provide comprehensive operational and maintenance support for Chief of Naval Air Training (CNATRA) at five locations, including NAS Corpus Christi, TX, and NAS Pensacola, FL, with a performance period of 62 months, starting with a base year and four option years. This contract is crucial for ensuring the effective training and operational readiness of naval aviation personnel. Interested parties should note that the anticipated release date for the Request for Proposal (RFP) is January 5, 2026, with proposals due shortly thereafter, and can contact Janet Fondriest at janet.l.fondriest.civ@us.navy.mil for further information.