S&RTS, Pacific Northwest (PNW)
ID: TRANSCOM25R005Type: 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 United States Transportation Command (USTRANSCOM) is seeking sources for Stevedoring and Related Terminal Services (S&RTS) to manage military cargo operations at the Ports of the Pacific Northwest (PNW), specifically in Tacoma, Washington, and Portland, Oregon. The contractor will be responsible for a comprehensive range of services, including loading, unloading, documentation, and cargo management for various types of military cargo, ensuring compliance with safety, security, and operational guidelines throughout the year. This procurement is critical for maintaining operational readiness within military logistics and transportation, with an anticipated contract period from August 1, 2025, to July 31, 2030. Interested parties must submit an Information Sheet and responses to a Market Research Survey by November 8, 2024, and can direct inquiries to Melissa Romagno or Cassandra A. Range via the provided email addresses.

    Files
    Title
    Posted
    The document serves as an information sheet for companies interested in bidding for stevedoring and terminal services under the TRANSCOM25R005 RFP by USTRANSCOM in the Pacific Northwest. Companies are required to submit basic information, including their name, address, CAGE code, DUNS number, SAM registration status, and contact details by November 8, 2024. There's a specific emphasis on the size and ownership status of businesses, inviting small business classifications such as veteran-owned and woman-owned. A key stipulation for small business contractors is compliance with FAR clause 52.219-14, which limits their payments to non-small business subcontractors to 50 percent of the government contract amount. Any exceptions to this limitation, particularly concerning work performed outside the U.S., should be detailed if applicable. Companies must acknowledge this requirement when submitting their proposals. Overall, the document outlines procedural requirements for firms looking to engage in federal contracting opportunities, stressing compliance with small business regulations and the importance of accurate company information in the bidding process.
    The Market Research Survey for Stevedoring and Related Terminal Services (S&RTS) in the Pacific Northwest (PNW), issued by TRANSCOM25R005, aims to evaluate potential providers for these services at PNW ports. The survey includes questions regarding the company’s registration and authorization to operate, ability to fulfill all services outlined in the Performance Work Statement (PWS), and experience with relevant foreign commercial contracts. It examines the company’s capacity to supply labor and equipment to meet specified productivity levels, along with their agreement to preferred pricing methods. Providers are asked to share details regarding similar past contracts, including performance history, operational readiness timeframe post-award, and any barriers faced in government dealings. Registration in the System for Award Management (SAM) is also a compliance requirement discussed in the survey. The overall intent is to gather data to facilitate informed decision-making for forthcoming procurement efforts related to S&RTS at PNW ports.
    The Performance Work Statement (PWS) outlines the requirements for Stevedoring and Related Terminal Services (S&RTS) within military and commercial operations at various ports in the Pacific Northwest and Portland. Managed by the Military Surface Deployment and Distribution Command (MSDDC), the contractor must provide comprehensive services for handling military cargo, including loading, unloading, documentation, and cargo management. Services are to be performed year-round, encompassing a range of cargo types and complying with specified safety, security, and operational guidelines. Key components include: 1. **General Safety and Security Requirements**: The contractor must ensure personnel compliance with U.S. government security measures and maintain safety protocols during operations, including emergency response and accident reporting. 2. **Contract Administration**: Emphasizes the need for proper licensing, communication protocols, and compliance with union agreements and port tariffs. 3. **Operational Flexibility**: Services must adapt to military training schedules and operational changes while ensuring efficient and effective cargo handling with strict adherence to time management and reporting guidelines. This PWS is critical for maintaining operational readiness and effectiveness within military logistics and transportation, ensuring that the contractor meets the needs of the Department of Defense efficiently and safely.
    The United States Transportation Command (USTRANSCOM) has issued a Request for Information (RFI) to gather market research for Stevedoring and Related Terminal Services (S&RTS) in the Pacific Northwest (PNW). This RFI is purely informational and not a solicitation for proposals, aiming to inform USTRANSCOM's acquisition strategy and engage various businesses, including small and socioeconomic concerns. The anticipated contract is an Indefinite Delivery Indefinite Quantity (IDIQ) with a base performance period from August 1, 2025, to July 31, 2030. USTRANSCOM seeks service providers with the capability to manage the full range of cargo handling operations at PNW ports, ensuring readiness for national defense needs. Interested parties are asked to submit an Information Sheet and responses to a Market Research Survey, with guidelines specifying a five-page limit for responses. The deadline for submissions is November 8, 2024. For queries, contact Melissa Romagno, Contract Specialist, and Cassandra Range, Contracting Officer, via the provided email addresses. The RFI includes attachments for detailed preparations. This announcement reflects USTRANSCOM's commitment to efficient procurement and operational readiness in support of defense logistics.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    DEFENSE PERSONAL PROPERTY SYSTEM (DPS) TECHNICAL SUPPORT CENTER (DTSC) RFI
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking responses to a Request for Information (RFI) regarding technical support services for the Defense Personal Property System (DPS) through a planned contract in 2025. The procurement aims to establish Tier 1 and Tier 2 helpdesk services, maintain ticketing software (currently ServiceNow), and provide operational support to enhance the Defense Personal Property Program (DP3). This initiative is crucial for ensuring efficient relocation services for military personnel and their families, emphasizing the need for responsive customer service and adherence to government security protocols. Interested parties must submit their RFI responses by 1500 (CT) on November 4, 2024, and can request one-on-one discussions with the requirements team, with priority given to small business responders. For further inquiries, contact Kailey C. Schuette at kailey.c.schuette.civ@mail.mil or Megan Gonzalez at megan.m.gonzalez4.civ@mail.mil.
    JTMS Program Support
    Active
    Dept Of Defense
    The U.S. Transportation Command (USTRANSCOM) is seeking industry partners to provide non-personal Advisory and Assistance Services (A&AS) for the Joint Transportation Management System (JTMS) program. The objective of this procurement is to support the integration of transportation and financial processes through the implementation of an enterprise-wide Enterprise Resource Planning (ERP) system, which will enhance operational efficiency and compliance within the Department of Defense (DoD). This initiative is critical for optimizing transportation management and ensuring auditability in financial processes, reflecting USTRANSCOM's commitment to improving joint force operations. Interested parties are encouraged to submit their capabilities and past performance information by the specified due date, with inquiries directed to Daniel Schwab at daniel.j.schwab11.civ@mail.mil or Rachel M. Gorka at rachel.m.gorka.civ@mail.mil.
    Voluntary Tanker Agreement (VTA)
    Active
    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.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Active
    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.
    V--DPM-HOUSEHOLD GOODS
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR PUGET SOUND for transportation, travel, and relocation services. The procurement is for Direct Procurement Method (DPM) Household Goods (HHG) Area 2, Packing, Crating, Storage, and Movement Services. The contract area of performance is in King and Snohomish counties in Washington State. This includes inbound, outbound, intra-area, and inter-city shipments. The anticipated start date is October 1, 2018. The RFQ will be issued on or about July 18, 2018, with offers due on or about August 18, 2018. The procurement will be awarded using commercial procedures in accordance with FAR Parts 12 and 13.5. Prospective offerors should download the solicitation from the NECO website and monitor for any amendments. Electronic submission of quotes to NECO is not available at this time. All questions should be submitted via email to the Contract Specialist, Vonda Winter. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or Faxed.
    HQ Towboat Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Walla Walla District, is seeking sources for towboat services as part of the Juvenile Fish Barge Transport Program. The contractor will be required to provide four towboats, each staffed with crews for 24-hour operations, to transport government-owned fish barges from the Lower Granite Reservoir to release sites below Bonneville Dam, adhering to strict safety regulations and operational standards. This service is crucial for the efficient transport of juvenile fish, supporting environmental protection efforts and compliance with regulatory requirements. Interested firms must submit their capabilities and intent to propose by 3:00 PM Pacific Time on November 4, 2024, to Mary Seiner at Mary.L.Seiner@usace.army.mil, with additional contact available through Brooke Moore at brooke.n.moore@usace.army.mil.
    93-day Dry Cargo Time Charter
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking proposals for a 93-day Dry Cargo Time Charter for a vessel capable of transporting hazardous materials. The procurement requires a U.S. or foreign-flagged self-sustaining vessel with a minimum capacity of 597 TEUs and a laden speed of 13 knots, compliant with HAZMAT regulations. This contract is crucial for maintaining operational readiness in maritime logistics, particularly for the transportation of hazardous materials, with the charter period set to commence on December 9, 2024. Interested parties must submit their proposals by October 28, 2024, and can contact Tiffany Gallon at tiffany.gallon@navy.mil or 757-341-7279 for further information.
    USSOCOM PEO-M DCS Multi-terrain Maintenance Trolley AE
    Active
    Dept Of Defense
    The Department of Defense, through USSOCOM PEO-Maritime (PEO-M), is seeking industry participation for the design and development of a multi-terrain maintenance trolley for the Dry Combat Submersible (DCS) program. The objective is to create a trolley that can operate effectively on rough and uneven terrain, providing maintenance and support capabilities similar to the existing OEM system, while being transportable by air, land, and sea. This initiative is crucial for ensuring operational readiness in diverse deployment environments. Interested parties must submit their capabilities by November 15, 2024, and can participate in a virtual Q&A session on October 29, 2024. For further inquiries, contact Ronald Reed at ronald.e.reed.civ@socom.mil or Juanita Bell at juanita.bell.ctr@socom.mil.
    USTRANSCOM IT Programs and Support Services Division – 1st Qtr FY25 Industry Forum
    Active
    Dept Of Defense
    The U.S. Transportation Command (USTRANSCOM) is hosting a virtual Industry Forum for its IT Programs and Support Services Division on November 20, 2024, from 0900 to 1200 CT. The forum aims to provide updates on acquisition processes, a briefing on the Cybersecurity Maturity Model Certification (CMMC), and facilitate open discussions among industry participants. This event is crucial for stakeholders involved in defense IT services, as it fosters collaboration and information sharing regarding upcoming opportunities and requirements. Attendees can join the forum via Microsoft Teams without prior registration, and for inquiries, they may contact the primary or secondary contacts listed in the notice.
    V--DPM-HOUSEHOLD GOODS
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR PUGET SOUND for transportation, travel, and relocation services. The procurement is for Direct Procurement Method (DPM) Household Goods (HHG) Area 3, Packing, Crating, Storage, and Movement Services. The contract area of performance is in Washington State counties: Island, San Juan, Skagit, and Whatcom. This includes inbound, outbound, intra-area, and inter-city shipments. The anticipated start date is 01 Oct 2018, with the RFQ issued on or about 18 July 2018 and offers due on or about 18 August 2018. The procurement will be awarded using commercial procedures in accordance with FAR Parts 12 and 13.5.