Watercraft Operations and Maintenance
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 Department of the Air Force (325 CONS PKP) has issued a pre-solicitation synopsis for Watercraft Operations and Maintenance (O&M) and Mission Support for the 53d WEG at Tyndall Air Force Base. This requirement is a Total Small Business Set-Aside for a Firm-Fixed-Price contract. A formal solicitation (FA481925R0009) is expected on or about July 15, 2025.
Scope of Work
The contract requires all management, labor, personnel, materials, supervision, and services necessary to perform O&M and Mission Support for the 53d WEG watercraft mission. The contractor must be capable of quick response to stringent deadlines.
Contract & Timeline
- Type: Pre-solicitation for a Firm-Fixed-Price (FFP) contract.
- Duration: One (1) year base period + three (3) twelve-month option periods.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 488330, Navigational Services to Shipping (Size Standard: $47.0M).
- Product Service Code: J020, Maintenance, Repair And Rebuilding Of Equipment: Ship And Marine Equipment.
- Formal Solicitation Expected: On or about July 15, 2025 (Solicitation Number FA481925R0009).
- Published: March 27, 2026.
Evaluation
Award will be made using subjective tradeoff procedures, where technically acceptable offerors' past performance history will be evaluated as significantly more important than cost or price.
Additional Notes
This is a synopsis only; proposals are not being accepted in response to this notice. The formal solicitation will be issued via SAM.gov. Interested parties must monitor SAM.gov for release and be registered in the System for Award Management (SAM) to be eligible for award. Questions regarding this pre-solicitation notice should be directed to Mr. David Hackney (david.hackney.1@us.af.mil) and 2d Lt Brice Ohara (brice.ohara.1@us.af.mil).