S&RTS Virginia
ID: TRANSCOM25R012Type: Sources Sought
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 seeking qualified contractors to provide Stevedoring and Related Terminal Services (S&RTS) at the Ports of Virginia. The procurement aims to support the import and export of Defense Transportation System (DTS) sponsored cargo, encompassing a full range of handling operations from receipt to disposition, while ensuring compliance with safety and security regulations. These services are critical for maintaining military logistics and readiness, particularly in managing various types of military cargo, including vehicles and hazardous materials. Interested parties should contact Douglas Otten at douglas.d.otten.civ@mail.mil or Katherine Alexander at Katherine.f.alexander.civ@mail.mil for further details, and are encouraged to respond to the Market Research Survey included in the associated documents to demonstrate their capabilities and experience.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Virginia, specifically for military cargo operations managed by the Military Surface Deployment and Distribution Command (MSDDC). Key responsibilities include handling import and export cargo, providing operational support 24/7, and ensuring compliance with safety and security regulations. The contractor shall manage various types of military cargo, including vehicles and hazardous materials, while employing qualified personnel and equipment. The document details contractor obligations regarding security screening of employees, adherence to safety standards, and maintenance of licenses and permits. Contractors must submit task orders for services, which will be confirmed by the government. Additionally, it outlines compensation structures for guaranteed time, standby, detention, and extra labor. The contractor is expected to manage staging and cargo operations effectively to support military readiness. The comprehensive nature of the PWS reflects the government's focus on effectively managing military logistics while adhering to safety, efficiency, and security protocols. This is critical for ensuring smooth operations at military ports and supporting U.S. defense initiatives.
    The document is a Market Research Survey aimed at collecting information from companies interested in providing Stevedoring and Related Terminal Services (S&RTS) at the Port of Virginia under the TRANSCOM25R012 initiative. It requests company details, including name, address, entity identification, and points of contact. The survey includes a series of questions addressing a company’s ability to deliver S&RTS, compliance with laws and regulations, pricing preferences, and operational timelines. Specific queries focus on the contractor's previous experience, use of subcontractors, partnering with small businesses (if applicable), and any potential barriers to government collaboration and port access. Additionally, companies are prompted to disclose any obstacles that may impede their registration in the System for Award Management (SAM). The survey emphasizes the need for thorough documentation and capability assessments, aiming to identify qualified service providers for upcoming federal contracts related to stevedoring operations. This process is critical to ensure efficient operations and regulatory adherence at the Port while providing opportunities for both large and small businesses to participate in government contracts.
    Lifecycle
    Title
    Type
    S&RTS Virginia
    Currently viewing
    Sources Sought
    Similar Opportunities
    S&RTS Philippines
    Dept Of Defense
    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 Tanker Agreement (VTA)
    Dept Of Defense
    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.
    Labor and Logistics Support at DDNV at Portsmouth, VA
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to award a modification to the existing Labor and Logistics Support Contract SP3300-21-D-5004, specifically Task Order SP3300-21-F-5039, on a sole source basis to Advanced Technology Logistics, Inc. (ATL) for services at DLA Distribution Norfolk in Portsmouth, VA. This modification aims to extend the period of performance for two months, from June 1, 2023, to July 31, 2023, to ensure uninterrupted support for receipt processing, storage, warehousing operations, material issue, transportation, and clerical and technical support for Naval Sea Systems Command (NAVSEA) customers. The modification is necessary due to delays in the acquisition process, and ATL is deemed the only capable provider to avoid disruptions in service. For further inquiries, interested parties can contact Amber Lynne Whitney at amber.whitney@dla.mil or Karen D Ghani at karen.ghani@dla.mil.
    NORFOLK HARBOR TUGS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking information from qualified vendors regarding the procurement of tug services for Norfolk Harbor. This Sources Sought notice aims to identify potential sources capable of providing navigational services to shipping, particularly in the context of marine charter transportation. Tug services are critical for ensuring safe and efficient maritime operations in busy ports, such as Norfolk, Virginia. Interested parties are encouraged to reach out to the primary contact, Jordan Schwaner, at jordan.t.schwaner.civ@us.navy.mil or by phone at 156-422-64538, or the secondary contact, Yvonne Escoto, at yvonne.escoto.civ@us.navy.mil or 564-230-3497, for further details regarding this opportunity.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Dept Of Defense
    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.
    DRY CARGO TUGCON
    Dept Of Defense
    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.
    USTRANSCOM SMALL BUSINESS
    Dept Of Defense
    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.
    V47 Waterfront Operations
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division (NSWCCDDN) Detachment Norfolk, is seeking contractor support for Waterfront Operations at Naval Station Norfolk, Virginia. The procurement encompasses a range of services including transition, program management, operations management, reporting, safety compliance oversight, operation of small watercraft, industrial maintenance and repair, as well as Research and Development, Test and Evaluation project support. These services are critical for maintaining operational readiness and safety compliance in naval operations. Interested contractors can reach out to Michael Rossik at michael.e.rossik.civ@us.navy.mil or by phone at 301-412-9761, or Xenia Lira at caroline.x.lira.civ@us.navy.mil or 757-663-2605 for further details.
    Labor and Logistics Support at DLA L&M NNSY, Portsmouth, VA
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to award a modification to the existing Labor and Logistics Support Contract SP3300-21-D-5004, specifically Task Order SP3300-22-F-5001, on a sole source basis to Advanced Technology Logistics, Inc. (ATL) for services at the Norfolk Naval Shipyard in Portsmouth, VA. This modification aims to extend the period of performance for two months, from June 1, 2023, to July 31, 2023, to ensure the continuation of critical labor and logistics support services, including receipt processing, warehousing operations, material issue, and transportation. The urgency of this modification arises from unanticipated delays in the acquisition process, making ATL the only capable provider to avoid disruptions in support for NAVSEA corporate shipyard customers. For further inquiries, interested parties may contact Amber Lynne Whitney at amber.whitney@dla.mil or Karen D Ghani at karen.ghani@dla.mil.
    Special Tools and Test Equipment (STTE) Containerization Sole Source Solicitation
    Dept Of Defense
    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.