S&RTS Kingdom of Saudi Arabia
ID: HTC711-25-R-R008Type: 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
  1. 1
    Posted Mar 13, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due May 7, 2025, 9:00 PM UTC
Description

The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking proposals for Stevedoring and Related Terminal Services (S&RTS) in the Kingdom of Saudi Arabia. The contract will involve managing the import and export of Defense Transportation System (DTS) cargo, including various military cargo types, at designated seaports and airports, ensuring compliance with safety and operational protocols. This procurement is critical for supporting U.S. military operations and enhancing logistical capabilities in the region. Interested contractors must submit their proposals by May 7, 2025, at 4:00 PM Central Time, and can direct inquiries to Lucy Wells at lucy.h.wells.civ@mail.mil or Captain Jonathan Schnicker at jonathan.l.schnicker.mil@mail.mil.

Point(s) of Contact
Files
Title
Posted
Apr 24, 2025, 8:08 PM UTC
The Performance Work Statement (PWS) outlines the requirements for Stevedoring and Related Terminal Services (S&RTS) in the Kingdom of Saudi Arabia, specifically at designated seaports and airports. Managed by the Military Surface Deployment and Distribution Command, the contractor will handle various types of military cargo, ensuring safe and timely delivery. Services include loading, unloading, and transportation management for U.S. Government-sponsored cargo while adhering to strict safety, security, and operational protocols. Key points include stringent contracting processes, requiring written authorization for work performed, rigorous employee screening, and compliance with security regulations. Safety measures obligate the contractor to maintain a robust safety program, report accidents, and receive approvals for labor and equipment usage. Navigation through multiple operational sites necessitates effective management and communication. The PWS emphasizes the contractor's responsibility for comprehensive service delivery, including equipment provision, adherence to local and host nation regulations, and the establishment of transparent reporting to the government. This contract aims to enhance operational efficiency while safeguarding personnel and resources throughout military operations within Saudi Arabia.
Apr 24, 2025, 8:08 PM UTC
The Performance Work Statement (PWS) outlines the requirements for providing Stevedoring and Related Terminal Services (S&RTS) for U.S. military operations in Saudi Arabia, including various seaports and airports. The Military Surface Deployment and Distribution Command (MSDDC) is responsible for overseeing these services, which include cargo management, transportation, and loading/unloading operations for a wide range of military cargo types. Key requirements focus on security protocols, safety compliance, material handling equipment, and detailed contractor responsibilities. Security measures such as employee screening and adherence to Department of Defense regulations are specified to ensure safe operations. The contractor must maintain a comprehensive safety program and adhere to established safety procedures during operations. The contract administration section details procedures regarding contracting guidelines, labor regulations, invoicing, and expense reimbursement processes, while emphasizing the importance of accurate reporting and performance metrics to ensure contract compliance and operational efficiency. This document serves as a critical guideline for contractors seeking to provide logistical support to U.S. military missions, highlighting the rigorous standards required for effective cargo and terminal operations in support of national defense objectives.
Apr 24, 2025, 8:08 PM UTC
The document details a transportation services proposal from the 831st Transportation Battalion for operations at ports in Saudi Arabia over a five-year period, including a potential six-month extension. The total estimated value accounts for a baseline of $231,000, with a ceiling total of $92,400 and an overall ceiling amounting to $323,400. The proposal encompasses numerous logistical activities including loading and discharging vessels, managing containers, and providing equipment and labor for cargo handling. The document outlines specific commodity codes and descriptions related to various types of cargo, such as explosives, vehicles, and containers. It also details hours of operation, units of measurement, and items associated with storage, facilities, and transportation services. Each service category specifies charges, equipment, and labor rates required for specific operations, ensuring a comprehensive approach to port logistics, safety protocols, and regulatory compliance. This proposal serves as a comprehensive response to a government RFP for transportation and logistics support, showcasing the battalion's capability to manage military and commercial freight operations efficiently and safely in a strategic location.
Apr 24, 2025, 8:08 PM UTC
The document details a Request for Proposal (RFP) from the 831st Transportation Battalion concerning port services at various ports in Saudi Arabia over a five-year period, including a potential six-month extension. The total estimated value for the contract is $231,000, with an additional ceiling, bringing the grand total to $323,400. The RFP outlines several service categories including loading and discharging vessels and trucks, reception, disposition, stuffing/unstuffing, intra-port transfer, detention, extra labor, equipment rentals, and port facilities. It specifies various commodities, operational definitions, and estimated pricing for labor, equipment, and miscellaneous costs like customs clearance and storage. The document emphasizes the significance of adhering to safety standards, especially in handling explosives and hazardous materials. This proposal reflects the government's intent to secure operational efficiency and safety in transporting goods through the ports, aligning with federal and local grant initiatives aimed at enhancing logistical capabilities in support of military and strategic operations.
The document outlines requirements for a proposal submission under RFP HTC71125RR008, emphasizing the need for a written plan to sustain essential contractor services during crises, as mandated by DFARS 252.237-7024. Offerors must address several critical components to ensure continuity of operations. Key elements include strategies for acquiring essential personnel and resources for up to 30 days, along with considerations of challenges posed by prolonged events like pandemics. The plan must detail timelines for personnel acquisition, training requirements for employees prepared to work remotely or relocate, and notification procedures for mobilizing essential service staff. Additionally, it requires a clear communication strategy for employees on their roles during crises. The document serves as a guideline for contractors to demonstrate their capability to maintain operational integrity in adverse conditions, ensuring adherence to federal standards and the readiness of essential services.
The document outlines the Request for Proposal (RFP) HTC71125RR008 for Stevedoring & Related Terminal Services in Saudi Arabia, detailing compliance and submission requirements for prospective contractors. It includes a comprehensive information framework for companies, such as business identification details, authorized personnel, and necessary registration in the System for Award Management (SAM). The contract is set to start from August 1, 2025, with a potential extension until January 31, 2031. Key sections require companies to confirm their compliance with various Federal Acquisition Regulation (FAR) clauses and have specific certifications regarding telecommunications services. The proposal includes essential components such as a Technical Worksheet, Pricing Proposal, and necessary acknowledgments on standard forms (SF 1449 and SF 30). A focus is placed on ensuring all documentation adheres to format and content requirements, underlining the importance of clarity and precision in pricing and service offerings. The emphasis on adherence to regulatory standards showcases the government's commitment to transparency and compliance in public contracting processes.
Apr 24, 2025, 8:08 PM UTC
The document outlines the submission requirements for Request for Proposal HTC71125RR008, focusing on a Technical Worksheet that offerors must complete. Offerors are instructed to address performance requirements specified in the Performance Work Statement (PWS), assuming the Government lacks prior knowledge of their experience. The Technical Worksheet is limited to 25 pages, with specific rules against merely restating Government requirements. Evaluation criteria include an assessment of the offeror’s labor capabilities, equipment provision and maintenance, and necessary certifications for handling hazardous materials. Additionally, compliance with travel restrictions in Saudi Arabia for uninterrupted logistics and proof of port access are required. The document emphasizes that any failure to comply with submission instructions could lead to ineligibility for award. Ratings for the technical worksheet are categorized as either "Acceptable" or "Unacceptable," with the latter impacting overall evaluation negatively.
Apr 24, 2025, 8:08 PM UTC
The document addresses questions from prospective vendors regarding the Request for Quotation (RFQ) HTC71125RR008, which pertains to providing stevedoring and terminal services at various locations in Saudi Arabia. The government clarifies that the Pricing Work Statement (PWS) simplifies the pricing process into a single tab for efficiency, despite the diverse tariff rates at different ports. This approach aims to reduce out-of-pocket costs for contractors, facilitating quicker payment processes. Additionally, inquiries about travel bans impacting cargo movement and personnel are answered, indicating that these restrictions are governed by Saudi regulations and do not allow exemptions for the US Government. Vendors are directed to official KSA resources for further information on trucking regulations. Overall, the responses emphasize streamlined operations and adherence to local laws in negotiating contract terms for services in Saudi Arabia.
Apr 24, 2025, 8:08 PM UTC
The document is a Solicitation Q&A log for a Request for Proposal (RFP) concerning port operations in Saudi Arabia. It addresses inquiries from prospective vendors and provides clarifications on various operational and regulatory requirements. Key topics covered include the authorization needed to operate at Saudi ports, tariff navigation, task order (TO) processing times, and the handling of cargo, including ammunition. The government asserts that a valid business license suffices for port operations instead of an authorization letter. The Port Work Statement (PWS) aims for streamlined pricing across various service locations, with contractors responsible for VAT compliance and other tax regulations. Additionally, the document outlines expectations for contractors in terms of data submission, communication regarding TO changes, and the management of special storage requirements for temperature-sensitive cargo. Overall, the document serves as a critical resource for prospective vendors to ensure compliance with specific operational standards and regulatory frameworks in Saudi Arabia, facilitating a smoother bidding process for the RFP.
Apr 24, 2025, 8:08 PM UTC
This government file outlines the specifics of a Request for Proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) in Saudi Arabia, identified by solicitation number HTC71125RR008. The contract will operate from August 1, 2025, to July 31, 2030, with a minimum order value of $2,500 and a maximum contract value calculated at 40% above total awards. The contractor is required to provide services per the Performance Work Statement and Schedule of Rates. An option for a six-month service extension from August 2020 to January 2021 is included. Inspection and acceptance criteria are established for services and supplies, with details on invoicing and payment terms, emphasizing compliance with federal regulations. Key clauses include safeguards for contractor information systems, inspection rights for the government, and termination conditions. Requirements regarding the contractor's commitment to uphold legal and regulatory standards, including those for small businesses, also feature prominently. This solicitation encourages participation from service-disabled veteran-owned, small businesses and women-owned small businesses, reinforcing federal commitment to diversity in government contracting.
Apr 24, 2025, 8:08 PM UTC
The document is an amendment to a government solicitation for proposals, specifically changing the deadline for submissions. The key changes include extending the proposal due date to April 30, 2025, at 4:00 PM Central Time (CT) and extending the deadline for inquiries to April 15, 2025. The amendment details specific instructions for proposal submission, including requirements for formatting, documentation, and compliance with government standards. Proposals must include contract documentation, a technical worksheet (limited to 25 pages), and a price proposal in a specified format. This amendment underscores the government's intent to streamline the proposal process while ensuring all offers are submitted accurately and timely, maintaining compliance with the instructions laid out. Overall, the purpose of this document is to modify existing solicitation regulations in order to better facilitate the proposal submission from contractors, highlighting the rigor and organization essential in government contracting processes.
Apr 24, 2025, 8:08 PM UTC
This document is an amendment and modification notice for a government solicitation and contract, specifically modifying contract ID HTC71125RR008. The primary purpose of this amendment is twofold: it replaces the original Attachment 2 relating to Saudi Arabia with a corrected version dated April 8, 2025, and it publishes the questions and answers from Round 1 regarding the solicitation. Additionally, the document reinforces that all previous terms and conditions remain unchanged unless specified within this amendment. The contracting officer's signature and instructions for acknowledging receipt of the amendment are included, indicating the process for potential offerors to comply with the changes. The document is issued by USTRANSCOM-AQ, outlining administrative details consistent with Federal Acquisition Regulation (FAR) guidelines. The effective date for this amendment is also noted as April 8, 2025, confirming administrative adjustments to the solicitation process without extending the deadline for offer submissions.
Apr 24, 2025, 8:08 PM UTC
This document serves as an amendment to a solicitation, specifically altering proposal parameters for a government contract. The key changes include the posting of Round 2 Questions & Answers and the revision of the Performance Work Statement (PWS), particularly addressing an administrative inconsistency in paragraph 6.2.3.1 and refining references from "Service Delivery Summary" to "Performance Requirements Summary." The proposal submission deadline has been extended from April 30, 2025, to May 7, 2025, at 4:00 PM. The amendment underscores the necessity for contractors to acknowledge receipt of this change to maintain the integrity of their proposals, which may face rejection if not timely acknowledged. Overall, this document outlines crucial updates relevant to prospective contractors, ensuring transparency and adherence to procedural standards within the federal procurement process. The modifications aim to clarify requirements and facilitate an orderly proposal submission.
Nov 22, 2024, 6:42 PM UTC
The United States Transportation Command (USTRANSCOM) is planning to issue a solicitation for Stevedoring and Related Terminal Services (S&RTS) in Saudi Arabia. This will involve a single, fixed-rate Indefinite Delivery, Indefinite Quantity (IDIQ) contract lasting five years from April 1, 2025, through March 31, 2030, with a possible six-month extension. The selection process will follow a Lowest Price Technically Acceptable (LPTA) evaluation criteria, emphasizing the importance of compliance with the solicitation's requirements. Interested parties are encouraged to submit proposals, and an RFP is anticipated to be made available on SAM.gov around December 6, 2024. No hard copies will be provided. Key contacts for this procurement are Lucy Wells and Captain Jonathan Schnicker, who can be reached via their respective military email addresses. This initiative highlights USTRANSCOM's commitment to securing efficient transportation services in support of military operations abroad.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
S&RTS, Pacific Northwest (PNW)
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 the Pacific Northwest, specifically at the ports of Tacoma, Everett, Olympia, Grays Harbor, Washington, and Portland, Oregon. The contract, valued at approximately $47 million, aims to facilitate the import and export of Defense Transportation System (DTS) sponsored and non-sponsored cargo, ensuring operations are conducted with a focus on safety, efficiency, and customer service. This procurement is critical for supporting military logistics and operations in the region, with a performance period from August 1, 2025, to July 31, 2030. Interested contractors must submit their proposals by May 5, 2025, and can reach out to Melissa Romagno at melissa.s.romagno.civ@mail.mil or Cassandra A. Range at cassandra.a.range.civ@mail.mil for further inquiries.
S&RTS Virginia
Buyer not available
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.
S&RTS-Australia
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) at various ports in Australia, including Darwin, Gladstone, Rockhampton, Alma, Point Wilson, and Townsville. The contract, structured as an Indefinite Delivery/Indefinite Quantity agreement, aims to support the import and export of military cargo under the U.S. Defense Transportation System, with a minimum order value of $2,500 and a maximum contract ceiling increased by 25%, covering a five-year period from August 1, 2025, to July 31, 2030. This procurement is critical for ensuring efficient logistical operations for military activities, emphasizing compliance with federal regulations and support for small businesses, including provisions for Women-Owned Small Businesses and Service-Disabled Veteran-Owned Small Businesses. Interested contractors should direct inquiries to Otto D. Roberts or Cassandra A. Range, with proposals due by May 12, 2025.
NOCAL 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) at the Military Ocean Terminal - Concord (MOTCO) and the Port of Oakland in California. The contract requires comprehensive services for the handling, documentation, and transportation of military cargo, including hazardous materials, with a focus on ensuring 24/7 operational capabilities and compliance with safety and security regulations. This procurement is critical for supporting the Defense Transportation System (DTS) and facilitating efficient logistics operations for military freight. Interested contractors should note that the anticipated contract value is approximately $47 million, with a performance period from August 7, 2025, to August 6, 2030, and an option for a six-month extension. For further inquiries, potential bidders may contact Casey D. Schuette at casey.d.schuette.civ@mail.mil or Douglas Otten at douglas.d.otten.civ@mail.mil.
Stevedoring and Related Terminal Services, Port of Philadelphia
Buyer not available
The Department of Defense, through the United States Transportation Command (USTRANSCOM), is seeking qualified contractors to provide Stevedoring and Related Terminal Services (S&RTS) at the Port of Philadelphia, specifically at the Packer Avenue Marine Terminal and Tioga Terminals. The procurement aims to ensure efficient handling of U.S. military cargo as part of the Defense Transportation System (DTS), with operations potentially running 24/7 to support both import and export activities. This opportunity is critical for maintaining logistical support for military operations, emphasizing safety, efficiency, and customer service. Interested parties must respond to the Request for Information (RFI) by May 6, 2025, and can submit questions until April 29, 2025; for further inquiries, contact Melissa Romagno at melissa.s.romagno.civ@mail.mil or Cassandra Range at cassandra.a.range.civ@mail.mil.
Mission Assurance Support Services
Buyer not available
The United States Transportation Command (USTRANSCOM) is seeking information from industry participants regarding its upcoming Mission Assurance Support Services contract, aimed at implementing an integrated risk management methodology to safeguard essential capabilities against various operational threats. The contract will focus on ensuring the resilience of personnel, equipment, facilities, and supply chains critical to USTRANSCOM's mission, with an emphasis on collaboration with multiple defense and governmental entities. Interested parties are encouraged to submit their responses by April 28, 2025, detailing their relevant experience and capabilities, with the potential for one-on-one meetings scheduled for the week of May 5, 2025. For further inquiries, contact Kailey C. Schuette at kailey.c.schuette.civ@mail.mil or Terina Folsom at terina.a.folsom.civ@mail.mil.
Royal Saudi Naval Forces (RSNF) Surface Training Systems Sustainment
Buyer not available
The Department of Defense, specifically the Department of the Navy's Naval Air Warfare Center Training Systems Division, is soliciting proposals for the sustainment of the Royal Saudi Naval Forces (RSNF) Surface Training Systems. This procurement aims to ensure the ongoing operational effectiveness and maintenance of training systems critical for the RSNF, which plays a vital role in maritime security and defense capabilities. The solicitation has undergone several amendments, including an extension of the proposal due date to May 12, 2025, and updates to various attachments and requirements. Interested parties should contact the primary point of contact, Elle Henning, at elle.a.henning.civ@us.navy.mil or by phone at 407-796-2172 for further details and to obtain the associated RFP documents.
DRY CARGO TIME OR VOYAGE CHARTER
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking market research information for dry cargo time or voyage charter services to support the Strategic Sealift Program. The procurement aims to gather details on the availability and pricing of U.S. and foreign flag roll-on/roll-off (RO/RO) vessels capable of transporting military cargo, including helicopters and wheeled vehicles, with a delivery port in Beaumont, Texas, and a redelivery port in Ash Shuaybah, Kuwait, for a charter period of approximately 53 days starting July 24, 2025. This initiative is crucial for ensuring effective logistics support for military operations, and interested parties must provide detailed vessel specifications, charter rates, and indicate small business classifications by April 28, 2025, directing their responses to David Hamilton via email at david.k.hamilton19.civ@us.navy.mil.
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.
MH-60R Saudi Upgrade/Tech Refresh RFP Notice Rev 03
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training Systems Division, is soliciting proposals for the upgrade and technical refresh of the Royal Saudi Naval Forces' (RSNF) MH-60R Tactical Operational Flight Trainer (TOFT) located in Saudi Arabia. The primary objective is to conduct a technology refresh and system configuration upgrade, transitioning the system from configuration SC18 to SC24, while ensuring compliance with U.S. military standards, including cybersecurity measures and quality assurance protocols. This project is vital for enhancing the operational capabilities of the RSNF and reflects the U.S. commitment to supporting international military partnerships through effective training system upgrades. Interested contractors must submit their proposals electronically by May 23, 2025, and can direct inquiries to Jeannice Machado at jeannice.m.machado.civ@us.navy.mil or Jason Harvey at jason.g.harvey.civ@us.navy.mil.