S&RTS Ports of Southern California (SOCAL)
ID: HTC71125RR003Type: 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
    Description

    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at military ports in Southern California, specifically at Naval Base Ventura County, Port Hueneme, San Diego, and Naval Air Station North Island. The contract, identified as HTC71125RR003, will cover a performance period from May 1, 2025, to April 30, 2030, and aims to ensure efficient handling of military cargo, including containers, vehicles, and aircraft, while adhering to stringent safety and security standards. This procurement is critical for maintaining operational logistics support for military operations, emphasizing compliance with federal regulations and best commercial practices. Interested contractors must submit their proposals by March 10, 2025, and can direct inquiries to Anthony J. Laudano at anthony.j.laudano.civ@mail.mil or Neil Huegen at neil.c.huegen.civ@mail.mil.

    Files
    Title
    Posted
    The document is an amendment to a solicitation under federal procurement processes, specifically addressing an error regarding the omission of a Request for Proposal (RFP) from SAM.gov. It confirms that all original terms and conditions remain unchanged and that there will be no alterations to the solicitation due date. The amendment details the acknowledgment procedures required from contractors, specifying how they can recognize receipt of this amendment and the repercussions of failing to do so. Additionally, the document reaffirms its administrative modifications and includes important information such as contract identification numbers, amendment numbers, and the effective date of changes. This amendment is a formal step in ensuring that contractors have access to all necessary documents to submit compliant offers and maintain transparency in federal contracting.
    This document serves as an amendment to a solicitation for government contracts, specifically modifying the schedule of rates in various categories related to transportation facilities at TABS Port Hueneme, Port of San Diego, and North Island. The amendment addresses corrections to several line items for Schedule Load and Discharge Rail, as well as Schedule Load and Discharge Truck rates. Importantly, it states that no extension will be provided for the submission deadline due to these changes. The amendment maintains that all other terms and conditions of the existing contract remain in full effect. To acknowledge receipt of this amendment, offerors must adhere to specified methods, including returning copies or including acknowledgments with their offers. The document reinforces the necessity of compliance with submission protocols and highlights the administrative nature of the modification. The changes inform contractors of specific corrections while ensuring the opportunity for compliance remains intact, underlining the structured process of federal procurement.
    This document is an amendment to a solicitation, specifically for contract HTC71125RR003, dated February 4, 2025. The amendment's primary purpose is to rectify the inadvertent omission of the Request for Proposal (RFP) from the original posting on SAM.gov. Importantly, the amendment states that there will be no changes made to the solicitation's due date or any other terms and conditions; all remain unchanged. Contractors are required to acknowledge receipt of this amendment as part of their offer submission to avoid rejection. They can accomplish this acknowledgment by completing specified items in the amendment or through separate communication referencing the solicitation. The document outlines that administrative changes may include various modifications as specified by the Federal Acquisition Regulation (FAR), but does not necessitate the contractor's signature for this specific amendment. Overall, this amendment serves to ensure clarity and compliance concerning the solicitation process, maintaining the integrity of the bidding timeline while addressing a miscommunication in the RFP posting.
    This document serves as an amendment to a solicitation for government contracting, specifically modifying the submission timelines for proposals regarding contract HTC71125RR003. The due date for inquiries from contractors has been extended from February 19, 2025, to February 24, 2025, while the closing date for proposals is postponed from March 3, 2025, to March 10, 2025, at 10:00 AM CST. Various submission instructions and requirements, particularly concerning proper documentation, proposal format, and compliance with federal regulations, have been detailed. Key components of the submission include a Contract Documentation Part, a Technical Worksheet (limited to 20 pages), and a Price Proposal in specified formats. The document emphasizes the need for accurate representation and certification in the proposals, reinforcing the importance of adhering to the requirements outlined to ensure compliance and eligibility for contract award. Additionally, formal communications must be conducted via designated emails, and inquiries will be answered in writing. This amendment highlights the government's ongoing efforts to streamline the RFP process while ensuring compliance with federal procurement standards.
    The Performance Work Statement (PWS) details the requirements for Stevedoring and Related Terminal Services (S&RTS) at military ports in Southern California, specifically Naval Base Ventura County, Port Hueneme, San Diego, and Naval Air Station North Island. The Military Surface Deployment and Distribution Command (MSDDC) oversees the management of these operations, which include handling military cargo such as containers, vehicles, and aircraft with adherence to "Best Commercial Practices." The contractor must manage operational tasks like loading and unloading, maintaining security and safety standards, and providing all necessary equipment and personnel. Key security and safety guidelines ensure compliance with Department of Defense (DoD) regulations, protecting against threats and ensuring employee safety. The contractor is responsible for the overall management of labor and equipment while providing detailed documentation of operations including accident reports and compliance with port tariffs. Services are ordered via a structured task order system. The document emphasizes accountability, requiring the contractor to absorb costs for unauthorized work and stipulates thorough invoicing procedures for payments. The guidelines are designed to guarantee efficient logistics support for military operations while ensuring regulatory and operational standards are met.
    The Performance Work Statement (PWS) outlines the requirements for Stevedoring and Related Terminal Services (S&RTS) for the Southern California region, specifically at multiple naval and commercial ports. The Military Surface Deployment and Distribution Command (MSDDC) oversees these services which are crucial for the effective management of U.S. military cargo. The scope includes a variety of operational tasks such as vessel loading, unloading, cargo management, security, and safety requirements adhering to best practices. Key elements involve maintaining compliance with security protocols, ensuring personnel suitability, and instituting safety measures during operations. Contractors must provide all necessary equipment and trained staff to handle a diversity of cargo types, including hazardous materials. The contract entails structured processes for service ordering, reporting, incident management, and contractor accountability. The purpose of this PWS is to ensure efficient terminal operations in support of U.S. defense initiatives while emphasizing contractor performance, safety, and regulatory compliance. It maintains the operational integrity of the Military's supply chain while meeting strict governmental standards.
    The Performance Work Statement (PWS) for Stevedoring and Related Terminal Services (S&RTS) in Southern California, including Port Naval Base Ventura County, Port Hueneme, and the Port of San Diego, outlines comprehensive service requirements for managing U.S. military cargo operations. The contract aims to provide continuous, 24/7 operational support for loading and discharging various cargo types, with specific responsibilities assigned to the Contractor regarding security, safety, contract administration, and performance management. Key responsibilities include adherence to security protocols for personnel, ensuring safety measures in operations, managing cargo staging and transfers, and acquiring necessary permits. The Contractor must also maintain compliance with Federal Acquisition Regulations and provide detailed reporting on operations and expenditures. Additionally, the document details procedures for ordering and canceling services, invoicing for labor and materials, and handling emergencies. The scope emphasizes the importance of using best commercial practices, sustaining effective communication with the Contracting Officer's Representative (COR), and securing operational approval prior to executing any tasks. This PWS highlights the government's commitment to ensuring safe, secure, efficient transportation and handling of military cargo through designated ports, thereby enhancing overall logistics support for defense operations.
    The document outlines operational parameters and financial estimates for service contracts at three key locations: Port Hueneme, Port of San Diego, and North Island. It details expected working hours, with shifts including day, night, and various overtime categories, alongside standardized units of measure for logistical operations. The financial summaries project fixed costs over five years for each port, totaling approximately $2.6 million across all locations. The pricing structure breaks down tasks such as loading and unloading vessels, trucks, and rail, specifying the cost per unit for each activity. Additionally, contingency plans for extra labor and equipment rentals are defined. The document’s purpose is to facilitate the government’s Request for Proposals (RFP) process by providing a clear framework of operational needs and financial commitments, ensuring vendors can prepare comprehensive bids that align with federal standards for service delivery in marine and logistics operations. It emphasizes the importance of budget estimation, operational efficiency, and compliance with contractual obligations as part of the procurement process.
    This document outlines the operational framework and cost estimations for a multi-site government contract involving port services at Port Hueneme, Port of San Diego, and North Island over a five-year period from July 1, 2025, to June 30, 2030. Key aspects include various labor shifts, defined working hours, and units of measure for cargo handling and transportation. Each site is assigned a budget of $165,588 for Port Hueneme, $225,094 for the Port of San Diego, and $82,000 for North Island, culminating in a total evaluated price of $2,599,751 across all ports. The document details operational categories such as loading and unloading vessels, railcars, and trucks, alongside provisions for extra labor, detention, and differentials relating to work schedules. Equipment rental specifications and facilities management, including temporary office spaces and sanitation needs, are also included. This report reflects extensive planning to ensure efficient, compliant, and safe operations at the ports consistent with federal guidelines, highlighting the government's commitment to effective resource management and compliance with labor regulations in public service contracts.
    The document outlines requirements for the Request for Proposal (RFP) HTC71125RR003 regarding the provision of essential contractor services during crises, as per DFARS regulation. Contractors must submit a detailed plan illustrating how they will maintain these services during emergencies, addressing several key components. Firstly, the plan must identify strategies for securing essential personnel and resources to ensure operational continuity for up to 30 days or until normal functions can resume. Additionally, it should discuss challenges in sustaining operations amid prolonged disruptions, such as pandemics, including timelines for resource availability, personnel training for alternate working arrangements, and mobilization procedures for essential staff. It is crucial for the contractor to communicate clear expectations regarding employees' roles and responsibilities during emergencies. The emphasis is on specificity in addressing how operations across designated ports will continue seamlessly during crisis periods. The document serves a critical function in ensuring preparedness and resilience in government contracting operations amidst unforeseen circumstances, highlighting the significance of continuity planning in federal projects.
    The document details a Request for Proposal (RFP) for Stevedoring & Related Terminal Services (S&RTS) in Southern California (RFP: HTC71125RR003), with a performance period from May 1, 2025, to April 30, 2030. It outlines necessary compliance information, including company contact details, business size, and required documentation. Key compliance items include registration in the System for Award Management (SAM) and specific FAR and DFARS representations regarding contractor responsibilities, telecommunications, and essential services. Action items for submission also encompass the completion of a Technical Worksheet, Price Proposal, and Small Business Subcontracting Plan (for large businesses). Each section contains checklists ensuring proper documentation and regulatory adherence, with a focus on federal procurement policies. The document requests comprehensive information reflecting the offeror's capabilities while emphasizing compliance with federal standards. In summary, this RFP serves to solicit proposals for a critical government service, reinforcing the importance of strict regulatory compliance and thorough documentation within the contracting process. The structure emphasizes clarity in requirements to facilitate the submission of compliant proposals to ensure a fair selection of qualified contractors.
    The document is a Technical Worksheet for RFP HTC711-25-R-R003, concerning Stevedoring and Related Terminal Services (S&RTS) in Southern California. It outlines the proposal submission requirements, emphasizing that Offerors must provide substantial details on their capabilities without rephrasing the Performance Work Statement (PWS). The submission is limited to 20 single-sided pages, and any failure to adhere to guidelines may render the proposal ineligible. Five primary sections cover various aspects, including stevedoring, material handling equipment (MHE), administration, rail operations, and truck operations. Offerors are tasked with explaining their abilities for handling cargo across multiple platforms, managing personnel during peak demands, and ensuring efficient, secure operations without damaging any cargo. The document highlights the importance of showcasing specialized skills, resources, and processes to fulfill government requirements effectively, particularly in handling military vehicles and sensitive cargo. This RFP reflects the government's need for reliable logistical support in military operations, emphasizing technical expertise and operational robustness.
    The "Small Business Subcontracting Plan Template" is provided by the USTRANSCOM Office of Small Business Programs to help large businesses meet federal subcontracting requirements outlined in FAR and DFARS. It defines various types of subcontracting plans: Commercial, Comprehensive, Individual, and Master Plans, each serving specific purposes and structured to facilitate compliance. The template emphasizes the significance of creating a plan that incorporates distinct goals for subcontracting with small businesses, including those owned by veterans and women. Contractors must document their intended subcontracting amounts and percentages for various small business categories and report actual achievements through the Electronic Subcontracting Reporting System (eSRS). Detailed sections guide the user to outline the contract’s identification data, subcontracting goals, program administration, equitable opportunities for small businesses, and reporting requirements. Ultimately, this structured approach encourages large businesses to actively engage with small businesses, ensuring fair access to government contracting opportunities while providing transparent oversight and accountability in subcontracting practices.
    The document outlines a federal Request for Proposals (RFP) for Stevedoring and Related Terminal Services (S&RTS) with a contracting period from May 1, 2025, to April 30, 2030. It establishes a minimum order value of $2,500 for the first year and sets a ceiling price reflecting a 25% increase on task orders. The contract is predominantly intended for small businesses, emphasizing the participation of service-disabled veteran-owned and women-owned small businesses. Key deliverables include the provision of terminal services, with details specified in the Performance Work Statement (PWS). Services are to be billed in accordance with a Schedule of Rates (SOR). The acquisition is marked as unrestricted, allowing a broad range of businesses to apply while encouraging small business participation. The document includes clauses addressing contract obligations, payment structures, and provisions for contract modifications, inspection, acceptance criteria, and compliance with federal regulations. Notably, it highlights the necessity for cybersecurity measures, safeguarding contractor information systems, and adherence to various federal statutes relevant to procurement integrity and labor standards. The structured format includes specifications for supplies and services, delivery information, and clauses incorporated by reference, delineating responsibilities for both the government and contractors.
    The document is a solicitation Q&A log addressing various questions raised by prospective vendors regarding a Request for Quotations (RFQ) related to government services. The main purpose is to clarify the terms and conditions stated in the Performance Work Statement (PWS) and the Schedule of Rates (SOR) for services expected to begin on July 1, 2025, and end by June 30, 2030. Key points include the adjustment of proposal deadlines, confirmation of submission methods, and compliance with local dispatch rules, particularly concerning ILWU/Hazmat regulations. Several inquiries pertain to labor classifications, billing rates for commodity pricing, operator certifications, and inspection responsibilities for railcars. The document emphasizes the requirement for contractors to maintain decision-making authority and ensures adherence to specified labor qualifications. Overall, the Q&A log exhibits a structured approach to addressing vendor concerns while aligning with federal requirements and local practices, clearly highlighting amendments to the RFQ as necessary.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Port of Gulfport S&RTS
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Stevedoring and Related Terminal Services (S&RTS) at the Port of Gulfport, Mississippi, from June 1, 2025, to May 31, 2030, with an option for a six-month extension. Contractors will be responsible for loading and unloading military cargo, managing terminal operations, and ensuring compliance with safety and security protocols, while adhering to various federal regulations and guidelines. This contract is crucial for supporting U.S. military logistics and operational readiness, emphasizing opportunities for small businesses and service-disabled veteran-owned enterprises. Interested parties should contact Casey D. Schuette at casey.d.schuette.civ@mail.mil or Douglas Otten at douglas.d.otten.civ@mail.mil, with proposals due by March 17, 2025.
    Qatar S&RTS
    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 Qatar under Solicitation Number HTC71125RR012. The contract, which spans a five-year ordering period from September 21, 2025, to September 20, 2030, aims to ensure efficient cargo handling operations at the Port of Hamad, supporting U.S. military logistics and compliance with federal regulations. Interested contractors must adhere to strict compliance requirements, including registration in the System for Award Management (SAM) and submission of a comprehensive Technical Worksheet, with proposals due by March 5, 2025. For further inquiries, potential bidders can contact Connor N. Breyer at connor.n.breyer.civ@mail.mil or by phone at 618-817-9598.
    S&RTS Ports of Hiroshima/West Japan
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Hiroshima and West Japan, covering a five-year period from April 1, 2025, to March 31, 2030. Contractors are required to submit a comprehensive plan detailing how they will ensure continuity of essential services during crises, including provisions for personnel and resources, compliance with safety and security regulations, and adherence to host nation laws. These services are critical for managing U.S. military cargo and supporting military operations, emphasizing the importance of operational readiness and compliance with federal standards. Interested parties must submit their proposals by March 17, 2025, and can contact Kenneth A. Smith at kenneth.a.smith439.civ@mail.mil or Captain Jonathan Schnicker at jonathan.l.schnicker.mil@mail.mil for further information.
    Crew Vessel Transportation Services
    Buyer not available
    The Department of Defense, specifically the NAVSUP Fleet Logistics Center in Pearl Harbor, is seeking proposals from small businesses for Crew Vessel Transportation Services to support Midshipmen training at Point Loma, San Diego, from May 15, 2025, to August 15, 2025. The contractor will be responsible for transporting Navy personnel via a crew transfer vessel (CTV) to designated locations near San Clemente Island, adhering to safety and operational regulations, and ensuring compliance with U.S. Coast Guard standards. This service is crucial for facilitating essential submarine operations and training missions, with proposals evaluated based on the Lowest Priced Technically Acceptable (LPTA) method. Interested parties must register in the System for Award Management (SAM) and submit their proposals, including pricing and qualifications, by the specified deadlines. For further inquiries, contact Kyle Quintal at kyle.p.quintal.civ@us.navy.mil.
    30-Day Dry Cargo Time Charter
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 30-day dry cargo time charter to support military transportation needs. The contract requires a self-sustaining vessel capable of carrying significant military cargo, including hazardous materials, with a minimum speed of 13 knots, and will operate between Charleston, South Carolina, and Gabès, Tunisia, starting March 14, 2025. This procurement is critical for ensuring efficient and compliant transportation of military supplies, emphasizing fair pricing and adherence to federal regulations. Interested offerors must submit their proposals by February 19, 2025, and can direct inquiries to Tiffany Gallon at tiffany.n.gallon.civ@us.navy.mil or Michelle D. James at michelle.d.james7.civ@us.navy.mil.
    Vessel Architecture
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is seeking industry insights through a Request for Information (RFI) for a contract focused on vessel architecture, aimed at enhancing the Integrated Computerized Deployment System (ICODES) critical for Department of Defense transportation planning. The initiative requires expertise from a Marine Engineering Organization (MEO) to maintain the ICODES vessel library, which is essential for effective load planning in military operations. The contract is expected to commence from June 1, 2025, to September 30, 2025, with multiple option periods, and interested firms are encouraged to submit a White Paper detailing their capabilities by March 6, 2025. For further inquiries, interested parties may contact Michelle Chon-Knox at michelle.g.chon-knox.civ@mail.mil or Matthew J. Hellmann at matthew.j.hellmann.civ@mail.mil.
    USWC JONES ACT TANKER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for the USWC Jones Act Tanker, specifically for a Charter Party related to the Military Sealift Command's Tanker Time Charter for 2023. The procurement includes a base charter period of one year with options for three additional one-year periods and an 11-month option, emphasizing compliance with safety and environmental regulations, as well as U.S. Coast Guard standards. This contract is crucial for ensuring safe and effective maritime logistics support for the Department of Defense, particularly in transporting essential defense fuels along the West Coast and Hawaii. Proposals are due by March 31, 2025, and interested parties can contact Jordan Schwaner at jordan.t.schwaner.civ@us.navy.mil or F. Carley Orvin at franklin.c.orvin.civ@us.navy.mil for further details.
    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.
    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.
    Barge Service in Palau 30 March 2025 to 11 April 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide barge transportation services in Palau from March 30 to April 11, 2025. The procurement involves moving various types of cargo, including containers and heavy equipment, from Koror to Peleliu, with contractors required to supply all necessary equipment and qualified operators while adhering to local safety regulations. This service is crucial for supporting U.S. military operations in the region, ensuring safe and reliable logistics. Interested parties should contact Hanna L. Tilley at hanna.bolduc@usmc.mil or 760-763-8070, or Jacie Liu at jacie.liu@usmc.mil or 760-763-9847 for further details regarding the Request for Quotation (RFQ) and submission requirements.