Floating Plant Vessel Repair IDIQ MATOC

SOL #: W9123625X164ZSources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST NORFOLK
NORFOLK, VA, 23510-1096, United States

Place of Performance

Norfolk, VA

NAICS

Ship Building and Repairing (336611)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Ships, Small Craft, Pontoons, And Floating Docks (J019)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 9, 2025
2
Last Updated
May 23, 2025
3
Response Deadline
Apr 24, 2025, 3:59 AM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, NOR DRAWINGS AVAILABLE AT THIS TIME.

The U.S. Army Corps of Engineers – Norfolk District is anticipating a future procurement for a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ)  Multiple Award Task Order Contract (MATOC) for cyclic and demand maintenance vessel repair services. The Government’s vessel delivery radius is a one hundred (100) mile radius of Norfolk, VA. Contractors outside of the radius will be responsible for delivery to their yard from Norfolk, VA.

Description of Work:

The U.S. Army Corps of Engineers – Norfolk District is seeking eligible firms capable of performing routine and on demand/emergency maintenance to include but not limited to the following:

  • Cyclic maintenance
  • Mechanical repair
  • Hydraulic repair
  • Electrical repair
  • Load handling equipment repair
  • Propeller replacement
  • Outboard repair
  • Structural repair

The Norfolk District US Army Corps of Engineers’ current fleet of vessels include the following assets:

  • One hundred and four (104) foot derrick boat
  • Eighty (80) foot crane barge
  • Sixty-five (65) foot monohull survey boat
  • Sixty-one (61) foot aluminum foil assisted catamaran
  • Fifty-six (56) foot aluminum debris tender
  • Forty-five (45) foot aluminum pushing tug
  • A one hundred and five (105) foot derrick boat currently in the works for construction, with an anticipated delivery in 2027.

The agreement will also require repairs to several smaller craft ranging from twelve (12) to twenty-six (26) feet in length and their accompanying trailers. Diving services, related  to vessel repair MATOC IDIQ, IAW EM 385-1-1 and towing services will also be required under this action.

The Norfolk District Fleet pool may be updated based upon delivery of new vessels. Inclusion of a newly acquired vessel into the Norfolk District US Army Corps of Engineers’ fleet will not require the contract holders to adjust their facilities’ capabilities/capacities to compete for the work for any new vessel.

The Contractor shall be capable of performing repairs and routine maintenance either at the Contractor’s facility, or the US Army Corps of Engineers, Norfolk District (803 Front Street, Norfolk, VA 23510).

The contract maximum for this procurement is $5,000,000.00. NAICS Code 336611, Ship Building and Repairing, applies to this project. Offerors will be evaluated on a Best Value Tradeoff basis. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.

Sources are sought for all interested firms with a NAICS code of 336611 with a small business size standard of 1,300 employees. A size standard is the largest that a concern can be and still qualify as a small business for Federal Government programs.  For the most part, size standards are the average annual receipts or the average employment of a firm. How to calculate average annual receipts and average employment of a firm can be found in 13 CFR § 121.104 and 13 CFR § 121.106, respectively.

Period of Performance:

This IDIQ is anticipated to be awarded as a five (5) year Base IDIQ contract award

SURVEY OF INDUSTRY

The following confidential survey questionnaire is designed to apprise the Corps of prospective Vessel Repair Contractors' project execution capabilities. Please provide your response to the following questions. All questions are in regard to the Vessel Repair MATOC IDIQ project in Norfolk, Virginia.

  1. Please provide company’s name, address, point of contact, phone number, and e-mail address.
  2. Would you be interested in bidding on the solicitation when it is issued? If the answer is No, please explain why not?
  3. Have you worked on jobs similar in nature, complexity and magnitude to this project within the past 5 years? If so, please describe the project(s) and for whom the work was performed. Indicate the dollar value of the project(s). Identify a point of contact (s) and phone number, as a reference of relevant experience.
  4. Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture?
  5. Is there a dollar limit on the size of contract that you would bid? If so, what is that limit?
  6. What is the largest service contract, in dollars, on which you were the prime contractor?
  7. What is your bonding capacity per contract? What is your total bonding capacity?
  8. What is your firm’s business size (e.g., LB, SB, 8(a), HUBZone, SDVOSB, WOB)?
  9. Are you familiar with the safety and health requirements of EM 385-1-1?
  10. Provide the following information to show examples of projects your company performed within the last FIVE YEARS of the source sought. ALL interested Contractors are encouraged to respond. The interested firm is requested to submit NO MORE THAN 3 projects of similar size (value), scope and complexity within the last five years.
    1. Project Title
    2. Location of the Project
    3. General Scope of the Project
    4. Your Role (Prime, Joint Venture, or Subcontractor, etc.) and % of Work Your Company Self-Performed
    5. Contract Value
    6. Project Start Date
    7. Project End Date/Percent Completed
    8. POC of Owner/User
    9. Extent and Type of Work You Subcontracted Out

  1. Indicate which aspects with in this MATOC your firm would be capable of performing and what is your level of interest/likelihood of bid:
    1. Drydocking (include maximum length, beam, weight capable of docking)
    2. Rudder Repairs
    3. Ultrasonic Testing
    4. Propeller Repair
    5. Welding/Fabrication
    6. Plate Renewal and Structural Repair
    7. Shaft Alignment
    8. Sanitary Sewage and Plumbing Repair
    9. Arrival Tests and Inspections
    10. Sea Valve and Strainer Repair
    11. Potable Water System Repair, Cleaning and Testing
    12. Hull Cleaning and Painting (under water and external hull)
    13. Hull Cleaning and Painting (main deck and above, external areas)
    14. Navigation and Electronics System Repair
    15. Outboard Motor Repairs
    16. Air Conditioning and Refrigeration System Repairs
    17. Electrical System Repairs
    18. Fire Suppression System Service and Repair
    19. Hydraulic Repairs
    20. Trailer Repair
    21. Survey Equipment Repair
    22. Pump System Repair
    23. Propulsion Engine and Gearbox Repair
    24. Generator Repair
    25. Door, Window, and Hatch Repair
    26. Crane Repair and Testing
    27. Diving Services related to vessel repair MATOC IDIQ
    28. Tugboat/Towing Services

Please only include a narrative of the requested information. Additional information will not be reviewed. This Sources Sought Synopsis should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expand responding to this request. No solicitation is currently available.

The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs—(8)(a), Hub-zone, Service-Disabled Veteran Owned Small Business, Woman Owned etc.

Please submit capability packages and responses to the above questions via email to Amy Herrera Coody at Amy.H.Coody@usace.army.mil, CC’d Stormie Wicks at Stormie.B.Wicks@usace.army.mil. Responses must be submitted no later than 23 APRIL 2025.

The official synopsis citing the solicitation number will be issued on SAM.gov at https://sam.gov/content/home.

All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov . Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM.


No attachments or links have been added to this opportunity.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 5
Special Notice
Posted: May 23, 2025
View
Version 4
Special Notice
Posted: May 13, 2025
View
Version 3
Special Notice
Posted: May 7, 2025
View
Version 2
Special Notice
Posted: Apr 25, 2025
View
Version 1Viewing
Sources Sought
Posted: Apr 9, 2025
Floating Plant Vessel Repair IDIQ MATOC | GovScope