S&RTS - Ports of Virginia
ID: HTC711-25-R-E128Type: 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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The United States Transportation Command (USTRANSCOM) is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Virginia, specifically targeting Women-Owned Small Businesses (WOSB). The contract will encompass the management of military cargo, including containers, vehicles, and aircraft, through various ports in Virginia, requiring comprehensive stevedoring, longshoring, and cargo management services. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract is valued at approximately $47 million, with a five-year ordering period from February 21, 2026, to February 20, 2031, and proposals are due by December 18, 2025, at 10:00 AM Central Time. Interested parties should direct inquiries to Douglas Otten or Katherine Alexander via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The “Ports of Virginia” Stevedoring and Related Terminal Services (S&RTS) Performance Work Statement (PWS) outlines the requirements for handling military cargo, including containers, vehicles, and aircraft, at the Ports of Virginia. The contract, managed by the Military Surface Deployment and Distribution Command (MSDDC), covers stevedoring, longshoring, cargo management, intra-port transfers, and documentation 24/7/365. Key aspects include stringent security measures for personnel and operations, comprehensive safety protocols with a dedicated Safety Program Manager, and detailed contract administration procedures for ordering, canceling, and reconciling services. Compensation is based on commodity rates, with specific guidelines for guaranteed, standby, detention, and overtime, as well as equipment rental. The contractor is responsible for providing all necessary equipment, personnel, and supplies, adhering to strict government regulations and reporting requirements.
    This government file details a request for proposals (RFP) for stevedoring and related terminal services at The Ports of Virginia, with an estimated total value of $231,000.00 over five years plus a six-month extension, reaching $288,750.00 with a 25% ceiling. The document outlines working hours, units of measure, and a comprehensive schedule of services including loading and discharging vessels, railcars, and trucks for various commodities like aircraft, containers, and vehicles of different weight classes. It also covers lashing, unlashing, extra labor, detention, overtime and shift differentials, guaranteed time, equipment rental, and port facilities. The estimated durations for each service are provided, and a breakdown of labor categories and equipment types is included.
    Request for Proposal HTC71125RE128 requires offerors to submit a Contractor Plan for Continuation of Essential Contractor Services, in accordance with DFARS 252.237-7024. This plan must detail how essential services, as listed in Attachment 1 (Performance Work Statement), will be maintained during crises. Key elements to be addressed include provisions for acquiring essential personnel and resources for up to 30 days, challenges associated with extended events like pandemics, the timeline for personnel and resource availability, identification and training of personnel for relocation or remote work, alert procedures for essential staff, and communication of crisis roles and responsibilities to employees. The plan must be specific to the particular port(s) for the requirement, ensuring operational continuity.
    RFP HTC71125RE128, "Stevedoring & Related Terminal Services (S&RTS) Virginia," outlines compliance requirements for proposals due between February 21, 2026, and February 20, 2031. This document details necessary company information, including NAICS code 488320, CAGE code, SAM number, and tax ID. It specifies key federal acquisition regulations (FAR) and defense federal acquisition regulations supplement (DFARS) clauses for representations and certifications, such as those concerning telecommunications equipment. Proposals must include a technical proposal (Attachment 5, max 15 pages), a mission essential plan (Attachment 3, max 5 pages), and a price proposal (Attachment 2, Schedule of Rates) with specific formatting for unit prices. Offerors must complete and sign SF 1449 and SF 30 forms, and large businesses need to submit a Small Business Subcontracting Plan (Attachment 6).
    RFP HTC71125RE128 – Attachment 5 outlines the technical submission requirements for a government contract focused on port support services. Offerors must demonstrate their capability to provide qualified labor for 24/7 operations, flexible start times, multiple work sites, and contingency transitions. They must also secure and safely operate Material Handling Equipment (MHE), gear for various cargo classes, and ramps up to 70 tons, including heavy tow equipment for vehicles up to 150,000 lbs, with a plan for maintenance support. Furthermore, proposals require proof of HAZMAT certifications for at least two personnel and valid business or work permits from the Host Nation for port access. Submissions are limited to 15 pages, excluding attachments, and will be rated "acceptable" or "unacceptable," with one "unacceptable" rating leading to overall disqualification.
    This document, Attachment 6 to RFP HTC71125RE128, outlines the requirements for a Small Business Subcontracting Plan for government contractors. It provides a template and guidance for "Other Than Small Business Concerns" (Large Businesses) to ensure compliance with FAR Clause 52.219-9 and DFARS Clause 252.219-7003. The plan, which becomes a material part of the contract, must detail subcontracting goals for various small business categories (e.g., Small Business, Veteran-Owned, Service-Disabled Veteran-Owned, HUBZone, Small Disadvantaged, and Women-Owned Small Businesses). It defines different plan types (Commercial, Comprehensive, Individual, Master) and specifies reporting requirements for actual subcontracting achievements through the Electronic Subcontracting Reporting System (eSRS). Contractors must describe their methods for developing goals, identifying potential subcontractors, and ensuring equitable opportunities for small businesses. The document also details the responsibilities of the program administrator, assurances of clause inclusion in subcontracts, reporting protocols, record-keeping, good faith efforts, and timely payment to small business subcontractors.
    This government solicitation, HTC71125RE128, is for Women-Owned Small Businesses (WOSB) to provide Stevedoring and Related Terminal Services (S&RTS) in Virginia. Issued by USTRANSCOM-AQ, the contract has an estimated value of $47,000,000 and a five-year ordering period from February 21, 2026, to February 20, 2031, with a six-month extension option. It is structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a minimum order value of $2,500 and firm-fixed-price arrangements. The document details contract terms, conditions, clauses (FAR and DFARS), and specific requirements for inspection, acceptance, and performance, including various socio-economic provisions and regulations on contractor conduct and payments. Offers are due by October 22, 2025.
    This document is an amendment to Solicitation Number HTC71125RE128, extending the proposal due date to December 18, 2025, at 10:00 AM Central Time. It tailors several paragraphs of FAR 52.212-1, including submission instructions, acceptance period (180 days), and the government's intent to award a single contract. Proposals must be in Times New Roman, 12-point font (except for figures/tables), adhere to page limits, and be submitted via email in Adobe PDF format (price proposals in Microsoft Excel). Offerors must include Contract Documentation, a Technical Worksheet, and a Price Proposal. Specific forms, certifications, and SAM registration (NAICS 488320) are required. The Technical Worksheet will be evaluated on two subfactors: the worksheet itself and a Mission Essential Plan. The Price Proposal requires completion of a Schedule of Rates with detailed cost breakdowns, submitted in USD with two decimal places. Inquiries must be in writing to the listed POCs and submitted no later than 10 calendar days prior to the solicitation close date.
    The United States Transportation Command (USTRANSCOM) anticipates issuing a solicitation, HTC71125RE128, for Stevedoring and Related Terminal Services (S&RTS) in Virginia. This will be a single, fixed-rate schedule Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five-year ordering period from February 21, 2026, to February 20, 2031. The acquisition falls under FAR Part 15 and FAR Part 12, with award based on the Lowest Price Technically Acceptable (LPTA) method. An RFP is expected to be available on SAM.gov around September 22, 2025. All responsible sources are invited to submit proposals.
    Lifecycle
    Title
    Type
    S&RTS - Ports of Virginia
    Currently viewing
    Solicitation
    Similar Opportunities
    USTRANSCOM SMALL BUSINESS
    Buyer not available
    The U.S. Transportation Command (USTRANSCOM), part of the Department of Defense, has issued a special notice regarding upcoming small business opportunities. Interested parties are encouraged to visit USTRANSCOM’s website to review the Procurement Forecast dated September 17, 2025, which outlines anticipated procurement needs for the Transportation Division for fiscal years 2026 and 2027. This forecast is crucial for small businesses looking to engage in contracts that support USTRANSCOM's mission in transportation logistics. For further inquiries, interested vendors can contact USTRANSCOM's Small Business office via email at USTRANSCOM.SMALLBUSINESS@MAIL.MIL.
    S&RTS Philippines
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking to increase the ceiling on the existing contract for transportation services in the Philippines, raising it from $925,318.86 to $1,925,318.86 due to unforeseen requirements. This adjustment reflects the critical need for stevedoring and related transportation services, which are essential for the effective movement and relocation of military personnel and cargo. The contract modification is significant for maintaining operational readiness and supporting U.S. military operations in the region. Interested parties can reach out to Elizabeth L. Holten at elizabeth.l.holten.civ@mail.mil or Carrie E Yearian at carrie.e.yearian.civ@mail.mil for further details regarding this opportunity.
    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.
    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.
    IT and Support Divison Procurement Forecast is now available on USTRANSCOM's website
    Buyer not available
    The U.S. Transportation Command (USTRANSCOM) is announcing the availability of its Procurement Forecast for the IT and Support Services Divisions, which can be accessed on their official website. This forecast outlines anticipated procurement opportunities for fiscal years 2026 and 2027, detailing both the IT and Support Services and Transportation sectors. The information is crucial for businesses looking to engage with USTRANSCOM, as it provides insights into upcoming contracts and service needs. For further inquiries, interested parties can contact the USTRANSCOM Small Business office via email at USTRANSCOM.SMALLBUSINESS@MAIL.MIL or by phone at 618-817-9407.
    IT Research and Advisory Subscription Services
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is seeking a sole-source Firm-Fixed Price task order for IT Research and Advisory Subscription Services from Gartner, Inc. This procurement aims to renew subscription services that support USTRANSCOM’s IT initiatives, including Cloud, Big Data, and IT Portfolio Optimization, with Gartner being the only provider capable of meeting the necessary security clearance requirements. The contract period is anticipated to run from January 1, 2023, to December 31, 2023, and the contracting officer will ensure the order represents the best value by reviewing pricing and seeking additional discounts. For further inquiries, interested parties may contact Jordan Gerdes at jordan.m.lewis26.civ@mail.mil or Daniel Schwab at daniel.j.schwab11.civ@mail.mil.
    51-Day Dry Cargo Time Charter
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC), is conducting market research for a 51-day dry cargo time charter to transport military cargo, including tracked and wheeled vehicles and breakbulk. The procurement seeks U.S. and foreign flag, self-sustaining vessels capable of accommodating a portion of 450,000 square feet of cargo, with the charter period commencing on March 25, 2026, and delivery and redelivery taking place at Beaumont, Texas. This opportunity is crucial for ensuring the timely and efficient movement of military supplies, and interested parties must submit vessel details, proposed layday, daily charter hire rate, and other relevant information by 1000 ET on December 9, 2025, via email to Jordan Morrison at jordan.a.morrison5.civ@us.navy.mil.
    Special Tools and Test Equipment (STTE) Containerization Sole Source Solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W4GG HQ US Army TACOM, is seeking to award a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for Special Tools and Test Equipment (STTE) Containerization to BOH Solutions. This procurement aims to enhance the storage and accessibility of tools necessary for the maintenance of Stryker vehicles by providing two variations of containers equipped with internal storage aids such as modular cabinets, drawers, tie down rings, and palletized vertical racking. The initiative is critical for improving operational efficiency and reducing costs associated with the maintenance of Stryker Maintenance Units. Interested parties can reach out to Connor Skrobot at connor.j.skrobot.civ@army.mil or call 586-282-4757 for further details.
    180-day Special Time Charter w/ One 180-day Option
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting market research for a 180-day special time charter with an option for an additional 180 days, seeking up to six Roll-on/Roll-off (RO/RO) vessels. These vessels must possess specific capabilities, including a combined capacity of at least 15,000 square feet, the ability to transport rolling stock and sensitive items such as ammunition and weapons, and meet stringent operational requirements such as beaching capability and a 5,000 nautical mile unrefueled range. Interested parties are required to submit detailed vessel specifications, pricing, and company information by December 8, 2025, at 11:00 PM Eastern Time, with Matthew Price serving as the primary contact for inquiries.
    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.