S&RTS Ports of Saudi Arabia
ID: HTC711-25-R-R008Type: Presolicitation
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 proposals for Stevedoring and Related Terminal Services (S&RTS) in the Kingdom of Saudi Arabia, with a contract period from August 1, 2025, to July 31, 2030. The contractor will be responsible for managing the import and export of Defense Transportation System (DTS) cargo, ensuring safe and timely delivery of military goods through designated seaports and airports, while adhering to strict safety and operational protocols. This procurement is critical for maintaining efficient logistics and support for U.S. military operations in the region. Interested parties should contact Lucy Wells at lucy.h.wells.civ@mail.mil or Captain Jonathan Schnicker at jonathan.l.schnicker.mil@mail.mil for further details, with a total estimated contract value of $231,000 and a potential ceiling of $323,400. Proposals must be submitted in compliance with the outlined requirements by the specified deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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
    Presolicitation
    Similar Opportunities
    S&RTS Ports of Southern California (SOCAL)
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking proposals for Stevedoring and Related Terminal Services (S&RTS) at various ports in Southern California, including Naval Base Ventura County, Port Hueneme, and the Port of San Diego. The contract aims to facilitate the import and export of Defense Transportation System (DTS) sponsored cargo, requiring contractors to manage a comprehensive range of services such as cargo handling, warehousing, and documentation, while adhering to best commercial practices and safety regulations. This procurement is critical for ensuring efficient logistics and operational support for U.S. military operations, with a performance period from May 1, 2025, to April 30, 2030, and a minimum order value of $2,500. Interested contractors must submit their proposals by March 24, 2025, and can contact Anthony J. Laudano at anthony.j.laudano.civ@mail.mil or Neil Huegen at neil.c.huegen.civ@mail.mil for further information.
    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.
    Scheduled Fuel Barge Transportation in Atlantic Region
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking proposals for Scheduled Fuel Barge Transportation services in the Atlantic Region, specifically for the transportation of Department of Defense-owned bulk fuels. The contract requires the provision of tugs and barges with varying capacities, capable of operating in designated U.S. waterways, and emphasizes compliance with U.S. Coast Guard regulations, safety standards, and timely delivery metrics. This procurement is critical for ensuring reliable logistics support for military operations, with a total evaluated price of approximately $19.25 million covering a base year and four option years, with additional provisions for extensions. Interested contractors must submit their proposals by the specified deadlines and can direct inquiries to Stephanie Eckert at stephanie.a.eckert.civ@mail.mil or Shanda L. Lyman at shanda.l.lyman.civ@mail.mil.
    180-days Dry Cargo Time Charter w/ One 180-Day Option
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for a 180-day dry cargo time charter with an option for an additional 180 days, specifically for Roll-On/Roll-Off (RO/RO) vessels to support U.S. Marine Corps logistics in the Western Pacific region. Offerors are required to provide vessels that can accommodate 14 personnel and transport a minimum of 40,000 square feet of cargo, ensuring compliance with safety and regulatory standards, including onboard medical facilities and adequate cargo handling capabilities. This procurement is vital for maintaining operational readiness and reliable maritime logistics support for military operations. Proposals must be submitted by March 17, 2025, with the charter expected to commence no later than May 8, 2025; interested parties can contact Matthew Price at matthew.r.price40.civ@us.navy.mil or Danny Davis at danny.w.davis1.civ@us.navy.mil for further information.
    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.
    70-day Tanker Time Charter
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to procure a double-hull tanker for transportation needs under the Strategic Sealift Program. The vessel must be capable of carrying at least 270,000 barrels of clean product and meet specific operational requirements, including safety certifications, speed, and the ability to accommodate military personnel, with operations planned to load in Greece and discharge in Bahrain over a charter period of approximately 70 days. This procurement is critical for ensuring effective maritime logistics in support of military operations, adhering to federal acquisition regulations and safety standards. Interested parties should 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, with proposals due by the specified deadline in the solicitation documents.
    Dry Cargo Voyage Charter
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a Dry Cargo Voyage Charter under solicitation number N3220525R4053. This procurement aims to secure U.S. Flag, Jones Act-compliant, and ABS-certified tug and barge vessels capable of transporting at least 120 TEUs of 20-foot ISO containers, including hazardous materials, as part of the Strategic Sealift Program. The contract will be awarded as a firm-fixed-price agreement, emphasizing compliance with federal regulations, safety standards, and small business participation. Interested parties should direct inquiries to Jordan Morrison at jordan.a.morrison5.civ@us.navy.mil or Eric Hatcher at ERIC.N.HATCHER2.CIV@US.NAVY.MIL, with proposals due by the specified deadline.
    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.
    RANGE 27 - ROAD RECONSTRUCTION AND WATER MITIGATION CHANNELS TO PREVENT RANGE EROSION ISO OPM-SANG, KSA
    Buyer not available
    The Department of Defense, through the Army Contracting Command, is soliciting proposals for the reconstruction of roads and the construction of water mitigation channels at Range 27 in Riyadh, Saudi Arabia. The project aims to address road erosion and enhance stormwater management to support military training operations, ensuring safe access and protection of critical infrastructure. This opportunity is significant for maintaining operational readiness and safety during live-fire exercises, with an estimated contract value between $1 million and $5 million. Interested contractors must submit their proposals electronically by April 30, 2025, and can direct inquiries to Shaniel Escoffery at shaniel.l.escoffery.civ@army.mil or Linda Matos at linda.a.matos.civ@army.mil.
    Royal Saudi Naval Forces (RSNF) Surface Training Systems Sustainment
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAWC Training Systems Division, is seeking proposals for the sustainment of Surface Training Systems for the Royal Saudi Naval Forces (RSNF). This procurement aims to ensure the ongoing maintenance and enhancement of training systems that are critical for the operational readiness and effectiveness of the RSNF. The services required fall under the Engineering Services category, with a focus on the maintenance, repair, and rebuilding of training aids and devices. Interested vendors can reach out to Elle Henning at elle.a.henning.civ@us.navy.mil or by phone at 407-796-2172, or Sidney Galloway at sidney.g.galloway.civ@us.navy.mil or 407-380-8331 for further details regarding the solicitation process.