Marine Boatyard Support and Industrial Support Lot II Follow-on MAC-IDIQ
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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.
Quick Summary
The Southwest Regional Maintenance Center (SWRMC) intends to issue a Request for Proposal (RFP) for Marine Boatyard Support and Industrial Support Lot II Follow-on MAC-IDIQ. This effort will provide repairs, modifications, and maintenance for non-commissioned boats, craft, lighterage, and ancillary support equipment. The solicitation is anticipated to be a Total Small Business Set-Aside and will result in a multiple award IDIQ contract.
Scope of Work
The successful offeror(s) will provide specific modifications, upgrades, service life extensions, and repairs to non-commissioned boats, craft, lighterage/service craft, and their associated systems. This includes vessels greater than or equal to 15 meters (50 feet) in length, or smaller vessels delivered via waterway. Work also covers repairs, alterations, installation upgrades, conversions, habitability, and dry-docking services, including hull repairs and preservation for U.S. Navy berthing and messing program barges and structures. All work must be accomplished at contractor facilities within a 125-mile radius of 32nd Street, Naval Base San Diego, CA. Offerors must use the latest revisions of all references, specifications, and NAVSEA Standard Items.
Contract & Timeline
- Type: Multiple Award Indefinite Delivery/Indefinite Quantity (MAC-IDIQ), Firm-Fixed Price (FFP) supply contract.
- Duration: 5-year contract, consisting of five 12-month ordering periods.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 336611 - Ship Building and Repairing (1,300 employee size standard).
- Anticipated RFP Release: January 2026.
- Published: December 12, 2025.
Evaluation
Award will be based on a best-value procurement considering past performance, technical capability, and price. FAR 52.216-27 Single or Multiple Awards (OCT 1995) applies. This procurement is not restricted to Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) contractors.
Requirements & Submission
Offerors must have a SWRMC approved Quality System (IAW NAVSEA Standard Item 009-04) in place at the time of contract award. The RFP will be issued electronically on https://piee.eb.mil and www.Sam.gov. Interested parties must be registered in the Solicitation Module in Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM) to be eligible for award.
Contact Information
For courtesy notifications when the RFP is posted, interested offerors may email their point of contact information to Contracts Specialists Alondra Moreno and Natalie Arenz at 410B_RFP_25R0012_MBS_LOT_II@us.navy.mil.