S&RTS Ports of Hiroshima/West Japan
ID: HTC711-25-R-R009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEUS TRANSPORTATION COMMAND (USTRANSCOM)USTRANSCOM-AQSCOTT AFB, IL, 62225-5357, USA

NAICS

Marine Cargo Handling (488320)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: STEVEDORING (V114)
Timeline
  1. 1
    Posted Feb 3, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 5:00 PM UTC
Description

The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Hiroshima and West Japan. The procurement aims to facilitate the import and export of Defense Transportation System (DTS) sponsored cargo, requiring contractors to manage a comprehensive range of cargo handling tasks, including receipt, staging, transfer, and warehousing, while adhering to best commercial practices and military standards. This contract is crucial for supporting U.S. military operations in the region, ensuring efficient logistics and compliance with safety and security regulations. Interested vendors must submit their proposals by April 7, 2025, and can direct inquiries to Kenneth A. Smith at kenneth.a.smith439.civ@mail.mil or Captain Jonathan Schnicker at jonathan.l.schnicker.mil@mail.mil.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 7:05 PM UTC
This document details a Request for Proposal (RFP) issued by the United States Air Force (USAF) for commercial products and services, specifically for marine cargo handling at designated ports. It outlines critical modifications to the standard Federal Acquisition Regulation (FAR) provisions, particularly regarding submission instructions, proposal preparation, and requirements for the contracting process. Proposals must be submitted by March 17, 2025, in a specific format, including a cover letter and several mandatory documents detailing contract compliance, technical specifications, and price proposals in Japanese Yen. The document emphasizes the necessity of being registered in the System for Award Management (SAM) and includes detailed submission guidelines for the contract documentation, technical worksheets, and price proposals while restricting multiple offers and limiting awards to a single contract. Clear communication channels are established for inquiries, highlighting that all questions must be submitted in writing and will be answered formally. This RFP signifies the government's ongoing commitment to ensuring effective and compliant procurement processes for essential services in support of military operations.
Mar 28, 2025, 7:05 PM UTC
The document is an amendment to a federal solicitation, officially extending the submission deadline from March 17, 2025, to April 7, 2025. It details changes to the clauses 52.212-3 and 52.212-5 concerning offeror representations and certifications applicable to commercial products and services. The amendment emphasizes that all existing terms and conditions of the original solicitation are maintained unless explicitly altered. Key topics include the acknowledgment requirements for the amendment by offerors, the definitions of various small business concerns such as women-owned and veteran-owned businesses, and certifications related to compliance with federal statutes and executive orders, such as the prohibition of forced labor. The document underscores prerequisites for contract offers and outlines guidelines to ensure contractors' compliance with integrity standards and federal regulations, reinforcing the government’s objectives of accountability and support for small business participation in federal contracting. Overall, this amendment serves to clarify submission requirements and emphasize adherence to compliance standards while providing a necessary extension for potential contractors.
Mar 28, 2025, 7:05 PM UTC
This document serves as an amendment to a federal solicitation for a contract, primarily updating key terms related to the proposal process. It outlines the release of a revised Performance Work Statement (PWS) and establishes new deadlines: proposals are now due by April 7, 2025, with inquiries accepted until March 27, 2025. The structure of the proposal is detailed, with clear sections for Contract Documentation, Technical Worksheet, and Price Proposal. Notably, the government emphasizes submission restrictions, such as not accepting multiple offers and requiring a minimum proposal acceptance period. Proposals must reflect compliance with established federal regulations and express financial bids in Japanese Yen. The document includes critical communication protocols for inquiries directing them to specified contacts only in writing via email, maintaining clarity in official communications. Overall, this amendment formalizes essential updates for potential contractors relating to the solicitation procedures and requirements.
Mar 28, 2025, 7:05 PM UTC
The document serves as an amendment to a solicitation and contract modification for a U.S. federal government project, specifically an amendment issued by USTRANSCOM. The purpose of this amendment is twofold: to release a revised Statement of Requirements (SOR) dated March 25, 2025, and to address questions and answers received during the first round of the solicitation. It affirms that all other terms and conditions of the solicitation remain unchanged. The amendment is signed by the contracting officer and includes specific instructions for contractors to acknowledge receipt of this amendment prior to the submission deadline. The document outlines the administrative details of the changes, ensuring compliance with Federal Acquisition Regulations (FAR). It emphasizes the importance of timely acknowledgment from the contractors to prevent rejection of offers, underlining the procedural requirements typical in federal contracting processes. The amendment reflects ongoing adjustments necessary in government contracting to keep vendors informed and aligned with the project’s objectives and timelines.
The Performance Work Statement (PWS) outlines requirements for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Hiroshima and West Japan, focusing on support for military operations. It details responsibilities for managing U.S. military cargo, ensuring compliance with security, safety, and environmental regulations, and adhering to host nation laws. Key service components include vessel loading, cargo management, facility operations, security screening, and maintenance of emergency response plans. The contractor must uphold best commercial practices and provide qualified labor, equipment, and resources, with operations available year-round. The document emphasizes the necessity of obtaining written approvals from designated representatives and mandates strict adherence to safety standards, including safety gear and emergency protocols. Additionally, it sets expectations for contract administration, including inspections and reporting requirements, and requires contractors to maintain accurate records of operations and costs. Overall, the PWS ensures that the contractor is well-equipped to meet military logistic needs while maintaining the highest safety and security standards, reflecting the government's commitment to operational readiness.
Mar 28, 2025, 7:05 PM UTC
The document outlines a Request for Proposal (RFP) from the 836th Transportation Battalion for stevedoring and related terminal services at the port locations in Hiroshima and West Japan over a five-year period, with an optional six-month extension. The estimated total value for this contract is ¥2,868,250 or approximately $20,610.65 USD, broken down into annual payments of ¥521,500. Services requested cover various operations including loading and discharging vessels, lightering, longshoring, stuffing/unstuffing, intra-port transfers, and extra labor. The RFP details working hours for different shifts, unit measures for cargo, and costs associated with handling various types of cargo, particularly explosives and vehicles of different weight classes. Additionally, it specifies wage rates for regular and overtime hours, providing a comprehensive breakdown of all potential costs incurred during the fulfillment of the contract. The document's focus on detailed operational plans demonstrates adherence to safety regulations and operational efficiency necessary for managing cargo efficiently in a military context.
This Request for Proposal (RFP), HTC71125RR009, outlines the requirements for offerors to submit a comprehensive plan detailing how they will ensure continuity of essential contractor services during crises, as specified in the Performance Work Statement. The plan must include provisions for acquiring essential personnel and resources for up to 30 days, addressing specific challenges such as pandemics, the acquisition timeline, and prepared personnel for alternative work arrangements. Additionally, it should cover alert and notification procedures for mobilizing staff and guidelines for communicating employee roles during a crisis. The plan must be tailored to support particular ports to ensure uninterrupted operations during emergencies. Adherence to these minimum requirements is essential for compliance with federal regulations and to guarantee operational readiness in the face of unforeseen events.
The document outlines the Request for Proposal (RFP) HTC71125RR009 for Stevedoring & Related Terminal Services (S&RTS) in Hiroshima and West Japan, spanning from April 1, 2025, to September 30, 2030. It specifies the requirements for bidders, including general compliance details that must be completed, such as company identification, business size, contact information, and proposal validity. Key stipulations include completion of various attachment forms and representations related to specific federal regulations and certifications, ensuring compliance with FAR and DFARS guidelines. The RFP emphasizes essential contractor services, financial documentation, technical worksheets, and accurate pricing structures. It mandates adherence to requirements for small business participation, subcontracting plans, and the submission of necessary acknowledgments and forms. This comprehensive approach ensures that proposals are thoroughly vetted for compliance and prepare for eligibility in federal contracting. Overall, the document serves as a guiding framework for potential contractors to prepare their submissions responsibly and aligns with federal procurement practices.
Mar 28, 2025, 7:05 PM UTC
The document outlines the submission requirements for the Request for Proposal (RFP) HTC71125RR009, focusing on technical worksheets that offerors must complete to demonstrate their capabilities in fulfilling the Performance Work Statement (PWS) requirements. Offerors should provide detailed explanations for their approach to labor, equipment, and necessary certifications, while avoiding mere restatements of government requirements. The technical worksheet must not exceed 25 pages, and all submissions will be evaluated based on how well they meet the PWS guidelines. Key focus areas include the ability to deliver qualified labor for port support that allows flexible scheduling and operational capacity across various sites, as well as ensuring the provision and safe utilization of Material Handling Equipment and maintaining their support. Additionally, offerors must submit proof of relevant HAZMAT certifications and valid operating licenses as part of their response. An evaluation rating system of ‘Acceptable’ or ‘Unacceptable’ will determine the overall rating of the technical worksheet based on the clarity and completeness of the information provided, emphasizing the importance of thorough and precise documentation in the evaluation process.
Mar 28, 2025, 7:05 PM UTC
The 836th Transportation Battalion's document outlines a Request for Proposal (RFP) for stevedoring and terminal services in Hiroshima and West Japan, covering a performance period from April 1, 2025, to September 30, 2030. The project entails various cargo operations, including loading, discharging, lightering, longshoring, stuffing/unstuffing, intra-port transfer, and extra labor services. Detailed schedules for rates per Metric Ton (MTON) indicate differentiated shifts and commodities such as explosives, ISO containers, and general cargo, with costs outlined for standard operations and various overtime scenarios. The document emphasizes the need for compliance with specific operational hours and measurement units, showcasing structured labor cost components for different personnel roles across shifts. Overall, it serves to solicit proposals from potential contractors, ensuring they can meet the stringent requirements for managing cargo operations efficiently under federal guidelines while fulfilling vital logistical support needs. The focus on estimating costs reflects the government's intention to allocate resources effectively and ensure competitive pricing for essential services in support of military operations in the region.
Mar 28, 2025, 7:05 PM UTC
The document outlines a government solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Stevedoring and Related Terminal Services (S&RTS) at Hiroshima, covering a five-year period from April 1, 2025, to March 31, 2030. The minimum contract value is set at $2,500 for the first twelve months, while the maximum value will increase by 25% plus all task orders issued during the contract term. It details specific line items such as the provision of S&RTS and a minimum guarantee for invoicing. Additional terms highlight delivery instructions, inspection and acceptance, payment processes, and compliance clauses that contractors must follow, including those relating to labor standards, limits on subcontractor sales, and safeguarding sensitive information. The contract emphasizes the importance of adherence to established regulations and the flow-down of specific clauses to subcontractors. The structure of the document includes sections on contract details, clauses referenced for compliance, and ordering requirements, establishing a comprehensive framework for proposed services to ensure that federal standards and expectations are met effectively.
Mar 28, 2025, 7:05 PM UTC
The Performance Work Statement (PWS) outlines the requirements for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Hiroshima and West Japan, managed under the Military Surface Deployment and Distribution Command (MSDDC). Key responsibilities include managing the movement of U.S. military cargo—such as containers and vehicles—ensuring compliance with security and safety regulations, and adhering to best commercial practices. The document delineates the contractor’s obligations regarding personnel security screening, safety protocols, and contract administration, including maintaining proper licensing and reporting for operational effectiveness. The contractor is responsible for providing all necessary labor, management, equipment, and materials while maintaining communication with U.S. government officials. Furthermore, the PWS emphasizes quality assurance and continuous performance monitoring to ensure tasks fulfill established standards. By focusing on operational readiness and compliance with military standards, this PWS underscores the critical role of efficient cargo handling in supporting U.S. military missions. The contract not only facilitates logistical support for defense operations but also incorporates strict governance to mitigate risks associated with security and safety measures, reinforcing the commitment to operational excellence.
Mar 28, 2025, 7:05 PM UTC
The document outlines responses to vendor inquiries regarding the Request for Proposal (RFP) HTC71125RR009 focusing on services in Hiroshima and West Japan. Key clarifications confirm that floating and mobile cranes are not included in defined commodity rates, differentiating between Mobile Heavy Equipment (MHE) and Cranes as specified in the Performance Work Statement (PWS). Amendments to the Schedule of Rates (SOR) include a change in the unit of measure for the Escort Vehicle Fee to “Each per Day” and corrections to align the SOR with the PWS regarding extra labor and overtime pay entries. The document aims to ensure vendors have a clear and precise understanding of the contract terms, facilitating smoother bid submissions and contract execution. The responses to questions underscore an effort to maintain transparency and accuracy in the RFP process, which is essential for federal grant and RFP management.
Nov 25, 2024, 11:32 PM UTC
The United States Transportation Command (USTRANSCOM) plans to issue a Request for Proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) in Hiroshima/West Japan. This acquisition will be structured as a single, fixed-rate Indefinite Delivery, Indefinite Quantity (IDIQ) contract, set to span five years from April 1, 2025, to March 31, 2030, with an optional six-month extension available. Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis, and compliant submissions from responsible sources will be considered for contract award. The solicitation is categorized under NAICS Code 488320, focusing on marine cargo handling, and is being conducted in accordance with FAR Part 15 and FAR Part 12 regulations. The RFP is expected to be available on SAM.gov around December 9, 2024, and no physical copies will be distributed. Interested parties are encouraged to reach out to the designated contacts for inquiries. This initiative reflects the U.S. government's strategic aim to enhance logistical support and transportation services in key regions.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
S&RTS, Pacific Northwest (PNW)
Buyer not available
The U.S. Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) in the Pacific Northwest, specifically at the ports of Tacoma, Everett, Olympia, Grays Harbor in Washington, and Portland in Oregon. The contract aims to facilitate the handling of both Defense Transportation System (DTS) sponsored and non-sponsored cargo, ensuring operations are conducted with a focus on safety, efficiency, and customer service. This procurement is critical for supporting military operations and logistics in the region, with a contract value estimated at $47 million and a performance period from August 1, 2025, to July 31, 2030. Interested contractors should direct inquiries to Melissa Romagno or Cassandra A. Range and ensure compliance with all federal regulations and submission requirements outlined in the solicitation documents.
S&RTS Kingdom of Saudi Arabia
Buyer not available
The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) in the Kingdom of Saudi Arabia, with a focus on managing U.S. military cargo at designated seaports and airports. The contractor will be responsible for the safe and timely loading, unloading, and transportation management of Defense Transportation System (DTS) sponsored and non-sponsored cargo, adhering to strict safety and operational protocols as outlined in the Performance Work Statement (PWS). This contract is crucial for ensuring efficient logistics and operational support for military operations, with a contract period from August 1, 2025, to July 31, 2030, and a total estimated value of $231,000, potentially rising to $323,400 with extensions. Interested parties must submit their proposals by April 30, 2025, and can direct inquiries to Lucy Wells at lucy.h.wells.civ@mail.mil or Captain Jonathan Schnicker at jonathan.l.schnicker.mil@mail.mil.
NOCAL S&RTS
Buyer not available
The U.S. Transportation Command (USTRANSCOM) is preparing to issue a Request for Proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) at Northern California ports, specifically at the Military Ocean Terminal (MOTCO) and the Port of Oakland. This procurement will involve a single fixed-rate Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a performance period spanning five years, from August 7, 2025, to August 6, 2030, aimed at enhancing support for military operations through efficient port services. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, and the RFP is expected to be posted on SAM.gov around March 28, 2025. Interested parties can reach out to Casey D. Schuette at casey.d.schuette.civ@mail.mil or Douglas Otten at douglas.d.otten.civ@mail.mil for further information.
S&RTS Mid-Atlantic Ports
Buyer not available
The United States Transportation Command (USTRANSCOM) is preparing to issue a Request for Proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) at Mid-Atlantic ports, specifically in Charleston (SC), Savannah (GA), Wilmington (NC), and Morehead City (NC). This procurement will involve a single fixed-rate Indefinite Delivery, Indefinite Quantity (IDIQ) contract, effective from September 1, 2025, to August 31, 2030, with a potential six-month extension, and will be awarded based on the Lowest Price Technically Acceptable (LPTA) method. The services are crucial for efficient cargo handling and transportation operations at these strategic ports, ensuring the timely movement of goods. Interested parties should note that the RFP is expected to be available on SAM.gov in early 2025, and they are encouraged to contact Lucy Wells or Nashae J. Perez for further information.
S&RTS Cape Canaveral, Florida
Buyer not available
The United States Transportation Command (USTRANSCOM) is seeking sources capable of providing Stevedoring and Related Terminal Services (S&RTS) at Cape Canaveral, Florida, to support the import and export of Defense Transportation System (DTS) sponsored cargo. The contractor will be responsible for a comprehensive range of services, including the management of military cargo, loading and unloading operations, documentation, and warehousing, with operations potentially required 24/7 throughout the year. This procurement is critical for ensuring efficient military logistics and compliance with safety and security protocols, reflecting the Department of Defense's transportation objectives. Interested parties must respond to the Market Research Survey and submit an Information Sheet by noon on April 8, 2025, with further inquiries directed to Kenneth A. Smith at kenneth.a.smith439.civ@mail.mil or Captain Jonathan Schnicker at jonathan.l.schnicker.mil@mail.mil.
S&RTS-Australia
Buyer not available
The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at various ports in Australia, including the Port of Darwin and several others in Queensland. The contract aims to support the import and export of military cargo under the U.S. Defense Transportation System, with a focus on compliance with safety and security regulations while ensuring efficient cargo management. This opportunity is particularly significant for small businesses, with provisions for Women-Owned Small Businesses (WOSB), Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors should note that the contract period spans from August 1, 2025, to July 31, 2030, with a minimum order value of $2,500 and a maximum contract ceiling increased by 25%. For inquiries, potential bidders can contact Otto D. Roberts or Cassandra A. Range via the provided email addresses.
25R10 Sasebo Hazardous Waste Removal and Disposal
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the removal and disposal of hazardous waste in Sasebo, Japan, under solicitation SP450025R0010. The contract requires the selected contractor to manage the removal, transportation, storage, and disposal of hazardous materials generated by U.S. military installations, adhering to both U.S. and Japanese environmental regulations. This initiative is crucial for ensuring safe waste management practices and compliance with health and safety standards in military operations. Proposals are due by April 14, 2025, at 3:00 PM EST, and interested parties should direct inquiries to Denna Crandall at Denna.Crandall@dla.mil or Kayla DesVoignes at kayla.desvoignes@dla.mil.
Transportation Services of 13 each 20 foot Containers
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking vendors to provide transportation services for 13 heavy 20-foot containers from Hilo Dock or Kawaihae (K-Dock) to Kilauea Military Camp (KMC) and Pohakuloa Training Area (PTA). The requirement includes transporting three containers to/from Hilo port and ten containers to/from K-Dock port, necessitating the use of a large forklift for loading and unloading. This procurement is critical for military operations, with tentative deployment dates set for 24-30 May 2025 and redeployment dates varying between 11-17 June 2025 for PTA and 13-17 June 2025 for KMC. Interested vendors must respond to this Sources Sought by 4:00 PM HST on Monday, 07 April 2025, and provide their company information, socio-economic status, and confirmation of registration in SAM.gov. For inquiries, contact Jay Renguul at jay.renguul.mil@army.mil or 808-844-6337.
Preventative and Corrective Maintenance Services of DLA Distribution Yokosuka, Japan and Okinawa, Japan’s Automated Storage and Retrieval System
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified contractors to provide preventative and corrective maintenance services for Automated Storage and Retrieval Systems (ASRS) at DLA Distribution sites in Yokosuka and Okinawa, Japan. The procurement aims to establish a Firm-Fixed-Price contract with additional Time & Material line items, covering a base year and four option years, ensuring the operational availability of Vertical Lift Modules (VLMs) through scheduled and unscheduled maintenance. This initiative is crucial for maintaining the efficiency and safety of logistical operations within military frameworks. Interested contractors must submit their quotations electronically by March 12, 2025, and are encouraged to contact Steven Lesh at Steven.Lesh@dla.mil or 717-770-8453 for further information.
Point Mugu Passenger Air Transportation Services (PMPATS)
Buyer not available
The United States Transportation Command (USTRANSCOM) is preparing to issue a solicitation for passenger air transportation services between Point Mugu, California, and San Nicholas Island, California, as well as China Lake, California. The contract will facilitate military and government civilian passenger movement five days a week, with the potential for additional flights as needed, and will be awarded as a Firm-Fixed Price contract primarily set aside for small businesses. The base period of performance is expected to commence on October 1, 2025, and run through September 30, 2026, with four optional extensions available until September 30, 2030. Interested parties can expect the Request for Proposal (RFP) to be available on SAM.gov around April 23, 2025, and should direct inquiries to MSgt Shawn Creedon at shawn.m.creedon.mil@mail.mil or Thomas M. Fee III at thomas.m.fee2.civ@mail.mil.