Suisun Bay Reserve Fleet (SBRF) Tug Services Blanket Purchase Agreement (BPA)
ID: 6991PE-25-SS-0001Type: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFMARITIME ADMINISTRATION6991PE DOT MARITIME ADMINOAKLAND, CA, 94612, USA

NAICS

Navigational Services to Shipping (488330)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: VESSEL TOWING (V125)
Timeline
    Description

    The U.S. Department of Transportation, Maritime Administration (MARAD), is seeking qualified contractors to provide tug services through a Blanket Purchase Agreement (BPA) for the Suisun Bay Reserve Fleet (SBRF) located in Benicia, California. The primary objective of this BPA is to secure towing services for intra-fleet ship movements, mooring maintenance, and barge movements within the anchorage, which is crucial for maintaining operational readiness in support of national defense logistics. Interested parties are invited to submit their capability statements and relevant information by February 18, 2025, at 1 PM Pacific Time, with a potential contract value of up to $1,000,000 for call orders, and individual orders not exceeding $85,000. For inquiries, contact Lynda Luo at lynda.luo@dot.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document lists the available tugboat fleet operated by a respondent within the San Francisco Bay Area. It provides essential details regarding each vessel, including the respondent's name, the vessel names, the home port location, the type of tugboat (classified as conventional, tractor, or push boat), its propulsion mechanism, horsepower (HP), and bollard pull capacity. This information is pertinent for evaluating tugboat resources that may respond to government requests for proposals (RFPs) and grants and may support local operational needs in marine transportation or emergency services. The structured listing allows potential stakeholders to assess the fleet's capabilities in meeting specific operational requirements. Overall, the document serves as a resource for enhancing collaboration between government entities and maritime service providers.
    The Draft Statement of Work (SOW) from the U.S. Department of Transportation's Maritime Administration outlines the requirements for Tug Services at the Suisun Bay Reserve Fleet (SBRF) in California. The SBRF is part of the National Defense Reserve Fleet and serves as an essential anchorage on the U.S. West Coast. The primary objective of this Blanket Purchase Agreement (BPA) is to secure towing services for intra-fleet ship moves, mooring maintenance, and barge movements within the anchorage, ensuring operational readiness and support during various conditions. Contractors must provide all necessary resources, including personnel and equipment, to perform required tasks efficiently. Specific tasks outlined include intra-fleet ship moves directed by a licensed Pilot, mooring maintenance without a Pilot’s supervision, and handling high-performance anchors. Equipment specifications require tugs to have sufficient horsepower for the tasks. The SBRF operates during standard business hours, with certain federal holidays recognized as non-working days. Government-furnished items include piloting services, riding crews for securing tugs, and crane services for handling anchors, while contractors are responsible for providing appropriately sized tugs for designated operations. This document reflects a structured approach to acquiring vital maritime services necessary for national defense logistics.
    The SBRF Tug Services Blanket Purchase Agreement (BPA) outlines the terms for providing tug services to the Suisun Bay Reserve Fleet by the US Department of Transportation's Maritime Administration. The BPA, effective for five years with a possible six-month extension, sets pricing structures based on established hourly rates, which cover all related costs such as crew and fuel. Call orders placed under this BPA can total up to $1,000,000, with individual orders not exceeding $85,000. The agreement emphasizes an equitable ordering procedure, where service requests are rotated among multiple contractors. Additionally, stringent insurance requirements ensure the government and contractors are protected against various liabilities. The BPA allows for cancellations with prior notice and stipulates invoice requirements for completed services. Overall, the BPA facilitates smooth procurement processes while ensuring service delivery and compliance with federal regulations.
    Lifecycle
    Similar Opportunities
    Suisun Bay Reserve Fleet (SBRF) PG-616 BOOM & PG-615 DYNAMO Hauling and Shaft Seal Replacement
    Buyer not available
    The U.S. Department of Transportation, Maritime Administration (MARAD), is seeking small businesses to provide hauling and shaft seal replacement services for two service crafts, PG-615 DYNAMO and PG-616 BOOM, as part of Solicitation Number 6991PE25Q000001. The project requires contractors to perform all necessary labor, materials, and equipment for the maintenance of these vessels, which are crucial for the operational readiness of the Suisun Bay Reserve Fleet. The work must be completed within 14 days of arrival at the designated shipyard in the San Francisco Bay area, with responses due by February 13, 2025. Interested vendors should contact Lynda Luo at lynda.luo@dot.gov for further details and ensure compliance with federal procurement regulations.
    U.S. FLAG TUGS FOR NAVAL BASE GUAM
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information regarding the potential charter of two U.S.-flagged tugboats to provide essential harbor support at Naval Base Guam. The procurement aims to address the limitations of existing government vessels by securing tugboats capable of towing, berthing, mooring, and providing emergency support, with specific requirements including a maximum length of 110 feet and a bollard pull of 100,000 lbs. forward. This initiative is crucial for maintaining effective marine operations and compliance with maritime standards, with the period of performance set from March 31, 2025, to March 30, 2026, and an optional extension until February 28, 2027. Interested parties must submit their responses, including company details and pricing estimates, by February 18, 2025, and can contact Reah Norris at reah.d.norris.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil for further information.
    Ship Management Services for the Five National Security Multi-mission Vessels (NSMV)
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is seeking vendors for Ship Management Services for five National Security Multi-mission Vessels (NSMVs), with a focus on maintaining operational readiness and compliance. The selected contractor will be responsible for a range of tasks including vessel maintenance, logistics management, regulatory compliance, and staffing for non-training missions, all of which are critical for supporting State Maritime Academies and responding to emergencies. Interested parties must demonstrate qualifications such as U.S. citizenship, vessel ownership experience, and a $1 million line of credit, with submissions due by February 5, 2025. For further inquiries, contact Robert McDermott at robert.mcdermott@dot.gov or call 757-322-5824.
    PF204 Patrol Boat Dry Docking
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF-204 Patrol Boat, with a focus on engaging small businesses for this federal contract opportunity. Contractors are required to provide all necessary labor and materials to perform the dry docking, which includes structural repairs, ultrasonic testing, hull cleaning, and compliance with safety and environmental regulations. This project is critical for maintaining the operational readiness of government-owned vessels, ensuring they meet safety and performance standards. Interested vendors must submit their quotes by February 21, 2025, at 2:00 PM ET, and direct any inquiries to the designated contacts, Krystle Jones and Robert McDermott, via their provided email addresses.
    COMBO - Tug Boats BPA
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to provide rental services for tug boats and crew boats to support pararescue maritime training exercises at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement requires the contractor to furnish all necessary labor, equipment, and logistical support, including two crew boats and an optional third, as well as a barge with a supporting tugboat for transporting government equipment and personnel. This opportunity is crucial for enhancing the training capabilities of the Rescue Squadron Community, ensuring they meet their operational readiness requirements. Interested small businesses must submit their quotes electronically by February 12, 2025, and can contact Hunter Nope or Michael Orchowski for further details.
    FY25 San Francisco District Maintenance Dredging
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, San Francisco District, is conducting a Sources Sought Synopsis to gather information on potential contractors for maintenance dredging services in various California waterways. The procurement aims to identify qualified firms capable of performing dredging operations to maintain federal navigation channels, ensuring compliance with environmental regulations and operational requirements. This initiative is critical for enhancing navigability and supporting trade and transportation efficiency in the region, with project costs estimated between $1 million and $25 million, depending on the specific project. Interested parties must submit their qualifications and relevant information by 3:00 PM Pacific Time on February 5th, 2025, to the primary contacts, Logan Champlin and Mary C. Fronck, via the provided email addresses.
    S&RTS Ports of Southern California (SOCAL)
    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 Southern California, including Port Naval Base Ventura County, Port Hueneme, and the Port of San Diego. The contract, which spans from May 1, 2025, to April 30, 2030, requires comprehensive handling of Defense Transportation System (DTS) sponsored cargo, including receipt, staging, transfer, and processing, while adhering to best commercial practices and federal regulations. This procurement is critical for ensuring efficient logistics support for military operations, emphasizing the need for reliable service providers capable of managing sensitive cargo. Interested contractors should contact Brita M. Dorsey at brita.dorsey@ustranscom.mil or Jane Burkemper at jane.t.burkemper.civ@mail.mil for further details, with proposals due by the specified deadline.
    MSC PROFORMAS DECEMBER 2024 (12-24)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for various maritime services, including tugboat, dry cargo, tanker, and passenger charters, effective December 2024. The procurement aims to secure reliable and compliant transportation and logistical support for military operations, emphasizing adherence to federal regulations, safety protocols, and operational readiness. These services are critical for maintaining the efficiency of defense logistics and ensuring the timely movement of military cargo and personnel. Interested contractors can contact Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details and must adhere to the submission guidelines outlined in the associated RFP documents.
    Broad Agency Announcement for Qualified Vessel Operators to act as General Agent for Vessels Owned, Controlled or Time-Chartered by the Maritime Administration
    Buyer not available
    Special Notice: Transportation, Department of, Maritime Administration is seeking feedback on a draft application and agreement terms and conditions for becoming a General Agent. This opportunity is open to interested parties eligible to be awarded a General Agency Agreement as an agent of the United States of America. The purpose of this notice is to gather comments and feedback on the draft application and agreement terms and conditions. The General Agent will act on behalf of the Director, National Shipping Authority (NSA) of the Maritime Administration (MARAD), Department of Transportation. The draft application specifies that agent appointments will be restricted to U.S. citizens who are operators of vessels meeting specific criteria. Dry cargo vessels must have a length along the waterline (LWL) of 450 feet or greater and a cargo capacity of 7500 Dead Weight Tons (DWT) or greater. Tankers must have a cargo capacity of 25,000 DWT or greater. Interested vendors are invited to provide feedback/comments on the draft application and agreement terms and conditions by February 28, 2020, at 10:00 AM Eastern. The feedback/comments should be submitted via email to the Contracting Officer, Tina Gillespie-Lucas, at tina.gillespielucas@dot.gov. Please note that this draft is not a solicitation for government services and no awards will be made based on this draft. Interested vendors are advised to thoroughly read the draft and submit their comments by the designated date and time. Responses to feedback/comments are expected to be posted on beta.SAM.gov after the closure of this draft announcement.
    USCG FINBACK TOW
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the towing of the USCGC FINBACK, as outlined in solicitation number 52000QR250002176. The contractor will be responsible for providing towing services from South Portland, Maine, to Baltimore, Maryland, ensuring compliance with all relevant safety and regulatory standards, including conducting vessel inspections and obtaining necessary Coast Guard approvals. This procurement is critical for maintaining operational readiness and safety in maritime operations, with a delivery date set for March 4, 2025. Interested contractors must submit their firm fixed-price proposals by February 7, 2025, at 10:00 A.M. EST, and can direct inquiries to Cornelius Claiborne at cornelius.N.claiborne@uscg.mil or Damon Jones at damon.d.jones@uscg.mil.