Broad Agency Announcement for Qualified Vessel Operators to act as General Agent for Vessels Owned, Controlled or Time-Chartered by the Maritime Administration
ID: 693JF720RFI0002Type: Special Notice
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFMARITIME ADMINISTRATION693JF7 DOT MARITIME ADMINISTRATIONWASHINGTON, DC, 20590, USA

PSC

OPERATION OF OTHER NON-BUILDING FACILITIES (M1PZ)
Timeline
    Description

    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.

    Point(s) of Contact
    Similar Opportunities
    Layberthing for up to three (3) CAPE S class RRF vessels, CAPE SABLE, CAPE SAN JUAN, CAPE STARR on the U.S. East, Gulf, or West Coast. (Amendment 1)
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is soliciting proposals for layberthing services for three Reserve Fleet vessels: CAPE SABLE, CAPE SAN JUAN, and CAPE STARR, to be located on the U.S. East, Gulf, or West Coast. The procurement aims to secure long-term layberthing provisions, including per diem berthage, security, electrical services, water, and sewage services, with contract performance periods spanning from March 18, 2025, to March 17, 2035, and options for extensions. This initiative is crucial for maintaining operational readiness and safety in U.S. maritime services, encouraging participation from diverse business categories, including small businesses and those owned by service-disabled veterans and women. Interested bidders can contact Henry H. Puppe at henry.puppe@dot.gov or call 202-493-8977 for further details.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Buyer not available
    Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.
    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.
    Trailerable Aids to Navigation Boat, 2nd Generation (TANB II)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of Trailerable Aids to Navigation Boats, Second Generation (TANB II). This initiative aims to construct, outfit, and deliver boats that will enhance the Coast Guard's capabilities in servicing navigational aids and conducting search and rescue operations. The TANB II boats are critical for maintaining maritime safety and operational efficiency, designed to operate effectively in various sea conditions while being easily transportable. Interested contractors must adhere to a total small business set-aside, with proposals due by February 7, 2025. For further inquiries, potential bidders can contact Adam Petty at adam.f.petty1@uscg.mil or Ms. Wendy L. Paulo at WENDY.L.PAULO@USCG.MIL.
    PF204 Patrol Boat Dry Docking
    Buyer not available
    The U.S. Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF204 Patrol Boat, with a focus on engaging small businesses for this opportunity. The procurement requires contractors to provide comprehensive services, including structural repairs, ultrasonic testing, hull cleaning, and the removal and reinstallation of critical components such as rudders and propellers, all while adhering to federal safety and environmental regulations. This project is vital 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, with a projected award date of March 28, 2025; for further inquiries, contact Krystle Jones at krystle.jones@dot.gov or Robert McDermott at robert.mcdermott@dot.gov.
    Request for InformationYocum Sailing Center Fuel Dispensing System; Removal and Installation
    Buyer not available
    The Department of Transportation, specifically the Maritime Administration, is seeking qualified contractors for the removal and installation of a fuel dispensing system at the Yocum Sailing Center located at the United States Merchant Marine Academy in Kings Point, New York. The project involves replacing existing underground storage tanks and fuel dispensers with new double-walled fiberglass tanks and associated systems, while ensuring compliance with all relevant environmental and historic preservation regulations. This initiative is crucial for maintaining the Academy's infrastructure and ensuring safe operations, with a focus on minimizing disruption to academic activities during the project. Interested parties must submit their capability statements and responses to market research questions via email by February 24, 2025, and can contact Durba Ray at durba.ray@dot.gov or Saulat Rehan at saulat.rehan.ctr@dot.gov for further information.
    Voluntary Tanker Agreement (VTA)
    Buyer not available
    Presolicitation DEPT OF DEFENSE US TRANSPORTATION COMMAND (USTRANSCOM) is seeking sealift services for the Voluntary Tanker Agreement (VTA). This agreement provides ocean transportation charter of clean bulk fuel product for worldwide ocean movements. The contract aims to minimize disruption of program participants' service to commercial customers and includes contingency operations in response to natural disasters, terrorists or subversive activities, or required military operations. Contractors can enroll specific tanker capacity into the VTA program, and subsidized capacity must be enrolled in an Emergency Preparedness Program. Interested parties should contact Shanda L. Lyman and Sarah Albers via email for more information.
    Yocum Sailing Center Fuel Dispensing System; Removal and Installation
    Buyer not available
    The Department of Transportation, through the Maritime Administration, is seeking qualified contractors for the removal and installation of a fuel dispensing system at the Yocum Sailing Center, located at the U.S. Merchant Marine Academy in Kings Point, New York. The project involves the removal of existing underground storage tanks (USTs), dispensers, and associated systems, followed by the installation of new USTs and a dual product fuel dispenser, all while ensuring compliance with federal, state, and local regulations. This initiative is crucial for modernizing the fuel infrastructure while maintaining environmental safety and the historical integrity of the site. Interested contractors must submit their capability statements and responses to market research questions by February 24, 2025, and can contact Durba Ray at durba.ray@dot.gov or Saulat Rehan at saulat.rehan.ctr@dot.gov for further information.
    Suisun Bay Reserve Fleet (SBRF) Tug Services Blanket Purchase Agreement (BPA)
    Buyer not available
    The Department of Transportation, through the Maritime Administration, is seeking qualified vendors to provide tug services under a Blanket Purchase Agreement (BPA) for the Suisun Bay Reserve Fleet (SBRF) in California. The BPA aims to secure towing services for intra-fleet ship movements, mooring maintenance, and barge operations, ensuring operational readiness for the National Defense Reserve Fleet. This procurement is critical for maintaining maritime logistics and support in the region, with anticipated call orders totaling up to $1,000,000 over five years, and individual orders not exceeding $85,000. Interested parties should contact Lynda Luo at lynda.luo@dot.gov for further details and to express their capabilities in response to the Sources Sought notice.
    Multi-Mission AUTEC Range Vessel (MARV)
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking information regarding the acquisition and conversion of an Offshore Supply Vessel (OSV) for the Multi-Mission AUTEC Range Vessel (MARV) to support the U.S. Navy's Atlantic Undersea Test and Evaluation Center (AUTEC). The procurement aims to gather insights on various acquisition strategies, including the purchase of a vessel as-is or with necessary modifications to meet Navy requirements, focusing on capabilities such as dimensions, operational readiness, and compliance with regulatory guidelines. This vessel will play a crucial role in anti-submarine warfare training and the deployment and retrieval of unmanned vehicles. Interested parties are encouraged to submit relevant vessel data and company experience, with the expectation of a Request for Proposal (RFP) issuance in Fiscal Year 2026 and contract awards in Fiscal Year 2027. For further inquiries, respondents may contact Brian Stocker at brian.j.stocker.civ@us.navy.mil or Kate Wisniewski at kate.l.wisniewski.civ@us.navy.mil.