Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2025 SAM #8656
SOLICITATION NOTICE

J -- Floating Plant Vessel Repair IDIQ MATOC-PreSolicitation

Notice Date
8/6/2025 4:54:38 AM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123626RA001
 
Response Due
12/12/2025 11:00:00 AM
 
Archive Date
12/27/2025
 
Point of Contact
Amy Coody, Phone: 7572017883, Stormie Wicks, Phone: 7572017215
 
E-Mail Address
amy.h.coody@usace.army.mil, STORMIE.B.WICKS@USACE.ARMY.MIL
(amy.h.coody@usace.army.mil, STORMIE.B.WICKS@USACE.ARMY.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
W9123626RA001 United States Army Corps of Engineers (USACE) Norfolk District, Preventative Maintenance and Vessel Repair Services, Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) PRE-SOLICITATION NOTICE The U.S. Army Corps of Engineers (USACE), Norfolk District will be issuing a solicitation for a Firm Fixed Price (FFP) 100% SMALL BUSINESS SET-ASIDE for Preventative Maintenance and Vessel Repair Services, Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This acquisition will follow a streamlined source selection process in accordance with USACE Acquisition Instruction, Subpart 5115.3 � Source Selection. The proposed contract will consist of a five (5) year base period and one (1) six (6) month option period, if exercised. The Government intends to make an award to each and all qualifying offerors. A qualifying offeror is defined as an offeror that (1) is determined to be a responsible source; (2) submits a technically acceptable proposal that conforms to the requirements of the solicitation; and (3) the Contracting Officer has no reason to believe would likely offer other than fair and reasonable pricing (FAR 2.101). In accordance with FAR 15.304(c)(1)(ii)(A), the Government will not include price as an evaluation factor in the source selection process. The Government will include price as an evaluation criterion at the task order selection level. The Firm-Fixed Price amount of $2,500.00 will be obligated at time of award to satisfy the minimum guarantee Task Order. The NAICS code applicable to this requirement is 336611 � Ship Building and Repairing with a Small Business size standard of 1,300 employees. Statement of Government Requirements The Norfolk District Floating Plant provides hydrographic survey of deep and shallow draft navigation projects, marine debris removal, hazard to navigation response and marine construction work. The District Floating Plant is called upon several times a year, in response to isolated incidents, to provide assistance to the USCG Captain of the Port (COTP) in clearing the navigation channels in the event of a suspected or possible hazard to navigation in the federal channels. In conjunction with other port partners, District Floating Plant will conduct hydro survey of the channels or marine debris removal. Such responses allow the COTP to manage channel restrictions and safely direct commercial and military vessel traffic in the affected area. Without the capabilities of the Norfolk District Floating Plant, the District risks failure to support contingency operations in support of our port partners in maintaining safe navigation within the federal channels and the waterways of Hampton Roads as well as the conduct of the District�s routine navigation mission. Historically, emergency repair contracts have taken an extensive amount of time to award. Such delay causes mission impacts and at times, mission failure. The intent of the Vessel Repair MATOC IDIQ would be to provide rapid turnaround of repair contracts by streamlining the solicitation process. Successful solicitation of vendors under this effort would provide a qualified pool of small business industry partners capable of responding rapidly to all manner of projected required repairs and maintenance. The Vessel Repair MATOC/IDIQ will provide labor and materials to accomplish cyclic and on-demand maintenance and repairs to the Norfolk District Floating Plant. Repairs and maintenance work items will include, but are not limited to triennial drydocking, underwater hull repair and preservation, propulsion system repairs/maintenance, power generation system repair/maintenance, hydraulics system repair/maintenance, welding, diving support and towing. Performance Objective The contractor shall furnish the management, material support services, labor, supplies, and equipment deemed necessary to provide marine boatyard and industrial support which includes specific modifications, upgrades, service life extension and repairs to Norfolk District Floating Plant and/or their associated systems (i.e., hull, mechanical, electrical, and electronic systems; trailers; transporters; deployment systems; slings and hoisting systems; launch and retrieval systems, etc.) and periodic maintenance. The contractor shall interface with and cooperate with other contractors supporting the US Army Corps of Engineers (USACE) or other activities as requested. USACE may have other engineering, technical or Integrated Logistics Support (ILS) performing other assigned work items. Contractors may be required to provide on-site support, interface or installation expertise in support of these work items. Contractors shall provide access to these other Government contractors. USACE personnel may perform repairs or alterations during availability periods for the vessels. Other contractors performing other work as tasked by the Government may perform repairs or alterations during availability periods for vessels. The contractor shall accommodate these activities as required and as outlined in specific delivery orders. Vessel information provide in the future Solicitation is meant to provide specific details of the current Norfolk District fleet. As the Norfolk District gains or removes assets from its inventory industry partners will be notified of the additions/deletions. This vessel information list does not limit future task order work requirements, the Government intends to issue task orders for vessel repair on any and all of its fleet of floating plant assets as it exists. This notice is not to be construed as a request for proposals. OFFERORS ARE ADVISED ANY AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. No hard copies will be available. Prospective contractors MUST be registered in the DoD System for Award Management (SAM) database in order to obtain access to SAM.gov. The Request for Proposal is anticipated on or about October 2025. Notification of any changes to this pre-solicitation notice will only be made on SAM.gov. Therefore, it is incumbent upon vendors to monitor SAM.gov for the release of the solicitation, specification, drawings, and all subsequent amendments. SAM registration must also be ACTIVE and current to be eligible for contract award. Information on registration and annual confirmation requirements may be obtained by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Lack of registration in the SAM database will prevent access to SAM.gov and will make a proposer ineligible for award. Representations and Certifications Applications apply to this solicitation and may be completed online via the SAM.gov website. Inquiries may be directed to Amy Herrera Coody at Amy.H.Coody@usace.army.mil and copy Stormie Wicks at Stormie.B.Wicks@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED. Please see the solicitation on how to submit your inquiries for review.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/36e719d9d46941c2a54ed566ee66d39f/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN07538431-F 20250808/250806230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.