TUGCON, Jones Act; Open-Ocean Tow
ID: N3220526R6005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSCHQ NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Deep Sea Freight Transportation (483111)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MARINE CHARTER (V124)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide a U.S. flag, Jones Act compliant, ocean-going certified tug for an open-ocean tow operation. The contract requires the tug to tow the Berthing Barge YRBM-32 in accordance with the U.S. Navy Tow Manual, with the operation commencing from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA, for a single voyage scheduled between January 19 and January 26, 2026. This procurement is crucial for ensuring the safe and compliant transportation of naval assets, and the solicitation is set aside for total small business participation, reflecting the Navy's commitment to supporting small enterprises. Interested parties must respond to the presolicitation notice by December 9, 2025, and can contact David Anaya at david.c.anaya.civ@us.navy.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Military Sealift Command Norfolk (MSC) is soliciting proposals (RFP N3220526R6005) for a firm-fixed-price contract for a spot charter to tow a YRBM-32 Berthing Barge. The required vessel must be a U.S. flag, Jones Act-compliant, ocean-going certified tug, built in 1970 or later, capable of towing the 688 MT barge from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA. The mission has a laytime of 4 days, with laydays commencing January 19, 2026, and cancelling January 26, 2026. Proposals are due by December 9, 2025, at 1100 Eastern Time. Key requirements include sufficient bollard pull for 6-knot tow speed in Beaufort 5 conditions, internet and satellite phone capability, and the provision of a comprehensive towing package. The contractor must also secure an Independent Marine Surveyor (IMS) and conduct a pre-tow conference. This acquisition is a Total Small Business Set-aside under NAICS Code 483111, and proposals will be evaluated based on technical acceptability and the lowest price, considering domestic shipyard usage.
    The provided document details vessel maintenance work, specifying costs, dates, and shipyards for both U.S. and foreign repairs. The Tug ABC underwent scheduled maintenance, hull blasting, and painting at Marine Group Boat Works in Chula Vista, CA, from June 1, 2020, to August 15, 2020. The Barge ABC had no reported work or costs. Additionally, the document notes work performed at Seaspan Vancouver in North Vancouver, BC, Canada, from January 21, 2021, to February 15, 2021, without specifying the vessel or type of work. This file appears to be a record or proposal for vessel maintenance within a government context, likely for an RFP or grant application, outlining maintenance activities and associated expenditures.
    This document outlines wage determinations and contractor requirements under the Service Contract Act, specifically for tugboat and coastal vessel operations. It details minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, with applicability depending on contract award or renewal dates. The document also specifies daily wage rates for occupations like General Vessel Assistant, Captain, Deckhand, and Engineer for Harbor Tugs. Fringe benefits include health and welfare, paid sick leave (under EO 13706), vacation, and eleven paid holidays. It also addresses uniform allowances and the process for conforming unlisted employee classifications and wage rates using Standard Form 1444, emphasizing the
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    DRY CARGO TUGCON
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking information from qualified vendors regarding the procurement of a Dry Cargo Tugcon for an open-ocean tow mission. The objective is to identify a U.S. flag, ocean-going certified tug capable of towing a YRBM-32 Berthing Barge from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA, between January 5-23, 2026, with specific requirements including a minimum tow speed of six knots and internet and satellite phone capabilities. This opportunity is critical for ensuring the effective transportation of military assets and requires interested parties to submit detailed information, including a lump-sum price and transit plan, by November 18, 2025. For further inquiries, vendors may contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    TUG SERVICES PORTSMOUTH NH
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking information regarding the procurement of two U.S.-flagged, Jones Act-compliant tugboats to support operations in Portsmouth, NH, and Kittery, ME, as part of a Sources Sought Notice (N32205-SS-26-021). The tugs must meet specific operational characteristics, including minimum bollard pull, passenger capacity, transit speed, and firefighting capabilities, with the contract anticipated to be a Firm Fixed Price type with reimbursable elements. This procurement is crucial for ensuring effective maritime operations in the designated areas, with a performance period from February 1, 2026, to January 31, 2027, and two option periods available. Interested parties are required to submit their company information, business size, financial capability, estimated daily rates, and vessel characteristics by December 9, 2025, and can contact Yvonne Escoto or Reah Norris for further inquiries.
    Sources Sought for Pearl Harbor Tug Support
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information for a potential contract to acquire four U.S. flag tractor tugs for harbor support and ship handling at Naval Base Pearl Harbor, Hawaii. The requirement includes time-chartered tugs for a period starting March 1, 2027, with a one-year firm period and multiple one-year and 11-month options, concluding on January 31, 2032. These tugs will provide essential services such as towing, pilot transfers, emergency support, and line handling, available 24/7, and must meet specific operational characteristics. Interested parties are required to submit company details, financial capability, tug specifications, estimated daily rates, and fuel consumption rates by December 9, 2025, to Ashley M. Smith-Sallinger or Stephanie Ricker via the provided contact information.
    Source Sought for Guam Tugs Support
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information from qualified vendors for the provision of two U.S. flag tractor tugs to support harbor operations and ship handling services at Naval Base Guam. The procurement includes a base period from March 1, 2027, to February 29, 2028, with four additional option periods extending through January 31, 2032, and encompasses services such as towing, pilot transfers, emergency support, and line handling, with tugs required to be available 24/7 and meet specific operational criteria. This opportunity is critical for ensuring effective maritime operations in the region, and interested parties must submit their company details, business size, financial capability, estimated daily rates, fuel consumption, and tug specifications by December 9, 2025. For further inquiries, vendors can contact Ashley M. Smith-Sallinger at ashley.m.smith357.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil.
    Maintenance, Repair, and Preservation of YT-810
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the YT-810 Deception harbor tug. The contract will involve a range of tasks including vessel cleaning, hull preservation, and various repairs, with the work scheduled to take place from March 19 to June 11, 2026, in the Puget Sound, WA region. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which plays a vital role in naval operations. Interested contractors must submit their quotes by December 12, 2025, and are encouraged to participate in a secondary ship check on December 2, 2025; for further inquiries, they may contact Alice Robertson or Chris Davidson via the provided email addresses.
    Lease of Small Craft
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    Tanker Voyage Charter
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for a Tanker Voyage Charter to transport clean products from Onsan, Korea, to discharging ports in Mesaieed, Qatar, and Sitra, Bahrain. The procurement requires one clean, approved U.S. or foreign flag, double-hull tanker equipped with an inert gas system and segregated ballast tanks, capable of carrying a minimum of 240,000 barrels of clean product. This charter is crucial for ensuring the safe and efficient transportation of essential materials, with laydays commencing on January 7, 2026, and closing on January 8, 2026. Interested parties must submit their proposals by December 11, 2025, at 1300 Eastern Time, and can contact Brandon Page at brandon.a.page.civ@us.navy.mil or 564-226-1239 for further information.
    Bravo Dive Boat 65DS1101
    Buyer not available
    The Department of Defense, specifically the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to submit proposals for the maintenance, repair, and preservation of a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull repairs, systems maintenance, and preservation work, all adhering to ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which plays a vital role in naval operations. Interested contractors must submit their quotes by December 9, 2025, and ensure they are registered with the System for Award Management (SAM) to be eligible for award. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 120-day special time charter of a U.S. flagged, Jones Act qualified vessel to support operations at the Naval Surface Warfare Center Panama City Division. The vessel will be utilized for various at-sea operations, including the deployment and recovery of mines, towing vehicles, and housing data acquisition equipment, with specific requirements for operational capabilities such as a minimum transit speed of 20 knots and a 12-foot maximum draft. This procurement is critical for ensuring effective support of naval operations, and interested contractors must comply with various FAR and DFARS clauses, including labor standards and wage determinations. Proposals are due by the specified deadline, and for further inquiries, interested parties can contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    USNS PATUXENT (T-AO 201) FY26 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Mid-Term Availability (MTA) of the USNS Patuxent (T-AO 201) for fiscal year 2026. This procurement aims to secure shipbuilding and repair services, focusing on non-nuclear ship repair as outlined under the NAICS code 336611. The opportunity is set aside for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested parties should reach out to Robert Vance at robert.w.vance27.civ@us.navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil for further details and to ensure they meet the necessary qualifications for this important defense contract.