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.