NOCAL S&RTS
ID: HTC71125RE125Type: 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 Apr 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due May 19, 2025, 1:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 17, 2025, 3:06 PM UTC
The RFP HTC711-25-R-E125 outlines the Performance Work Statement for stevedoring and related terminal services at Northern California's Military Ocean Terminal Concord (MOTCO) and the Port of Oakland. The contract seeks comprehensive services for managing U.S. military cargo, including handling, documentation, and transportation of various types of goods, such as vehicles and hazardous materials. The contractor must ensure 24/7 operation capabilities, adherence to safety and security requirements, and compliance with the U.S. Government’s guidelines regarding personnel screening and terminal access. Key responsibilities for the contractor include providing sufficient qualified staff, equipment needs, and maintaining a robust safety and accident prevention program. Additionally, the contractor is required to document all cargo operations, provide regular reports, and ensure the safety and wellness of employees. The contract includes specific scheduling processes for service orders, cancellations, and invoicing, emphasizing the importance of communication with the Contracting Officer. By outlining these parameters, the RFP aims to ensure efficient and secure handling of military freight, demonstrating the federal government's commitment to logistics support for defense operations.
Apr 17, 2025, 3:06 PM UTC
The government file outlines the operational framework for transportation services provided by the 834th Transportation Battalion across key port locations such as the Military Ocean Terminal in Concord, California, and the Port of Oakland. It details working hours across three shifts, various measurement units, and cost estimates over a five-year period, including an optional six-month extension. The estimated financial commitment totals approximately $891,000 for all services rendered, which include vessel loading, unloading, and equipment rentals. The document specifies services related to handling explosives and non-explosive cargo through various methods, including roll-on/roll-off and lift-on/lift-off operations, while accounting for potential overtime and extra labor costs. This proposal represents an essential component of federal contracting related to transportation and logistics within military operations, outlining critical terms and anticipated expenditures for successful execution.
The document outlines the requirements for a contractor's plan to ensure the continuation of essential services during crises as part of Request for Proposal HTC71125RE125. According to DFARS 252.237-7024, the contractor must submit a comprehensive written strategy detailing how it will sustain operations listed in the Performance Work Statement (PWS) amidst disruptions, such as pandemics. The plan must cover several key areas, including strategies for acquiring essential personnel, the challenges of service maintenance during extended crises, timelines for resource availability, and processes for training personnel who may need to work remotely or relocate. Additionally, it should detail alert procedures for mobilizing essential service personnel and communication protocols regarding their roles during a crisis. The document emphasizes these elements as minimum requirements to ensure operational continuity for the specified ports during emergency situations.
This document serves as a Source Selection Information and a compliance worksheet related to a Request for Proposal (RFP) for Stevedoring & Related Terminal Services (S&RTS) by the U.S. Government, with a performance period from August 7, 2025, to August 6, 2030. It outlines required information from prospective bidders, including company details, business size under NAICS code 488320, CAGE code, SAM registration, and tax identification. Key action items include compliance with various FAR provisions, detailed submission requirements like the Technical Worksheet and Small Business Subcontracting Plan, acknowledgments for SF 1449 forms, and adherence to performance metrics. The RFP highlights the importance of being active in the System for Award Management (SAM) and specifies documentation necessary for bid submission, emphasizing representations regarding telecommunications services and equipment. Overall, the document underlines procedural compliance and readiness for contracting opportunities with federal agencies.
Apr 17, 2025, 3:06 PM UTC
The document pertains to the Request for Proposal (RFP) HTC71125RE125, outlining submission requirements for contractors vying for government work related to port support. Offerors must complete a Technical Worksheet, adhering strictly to the Performance Work Statement (PWS) without rephrasing existing government requirements. Submissions are limited to 20 pages and must convincingly demonstrate the contractor's capabilities across several key areas, including labor availability, equipment provision, truck and rail operations, and necessary certifications. Evaluations are categorized as Acceptable or Unacceptable, with any critical failure in meeting minimum requirements leading to an overall unfavorable rating. Contractors must illustrate their strategies for staff deployment, flexibility in operations, and the readiness of Material Handling Equipment. Furthermore, they should account for safety measures in both trucking and rail operations, as well as provide evidence of necessary HAZMAT certifications and legal permissions for port access. Compliance with these guidelines is vital for eligibility in the awarding process.
The document outlines the Small Business Subcontracting Plan requirements for the United States Transportation Command (USTRANSCOM) in relation to contract HTC71125RE125. It serves as a template for large businesses to establish compliance with the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) regarding small business subcontracting. The plan must encompass various types of subcontracting plans—Commercial, Comprehensive, Individual, and Master—while addressing specific goals for different small business categories, such as Veteran-Owned and Women-Owned Small Businesses. Key elements include identifying estimated subcontracting dollars for large and small businesses, establishing reporting requirements through the Electronic Subcontracting Reporting System (eSRS), and ensuring equitable opportunities for small business participation. Contractors are tasked with maintaining records on subcontracting activities, providing descriptions of their outreach methods, and including assurances of compliance with regulations. The final submission must include authorized signatures and be appropriately executed to be considered valid. Overall, the document emphasizes promoting small business participation in government contracting, ensuring compliance with established federal guidelines and performance tracking.
The Memorandum of Understanding (MOU) between the Pacific Maritime Association (PMA) and the International Longshore and Warehouse Union (ILWU) outlines terms for a new Collective Bargaining Agreement effective July 1, 2022. Key components include substantial wage increases for various classifications of longshoremen and clerks over the next five years, with wage rates culminating in $60.85 per hour for basic longshore positions by July 3, 2027. Pension improvements are outlined, including increases in accrual rates, survivor benefits, and provisions for early retirement. Welfare benefits are also maintained, with enhancements in life insurance coverage and the establishment of a 24-hour mental health hotline. The document introduces provisions for the training of crane operators and the establishment of a new holiday (Juneteenth), attesting to the Agreement's focus on labor rights and operational efficiency. Additionally, the MOU establishes guidelines for addressing disputes and promoting efficient terminal operations. This agreement signifies a commitment to improved worker conditions and collaboration between parties in the maritime sector, ensuring fair compensation and access to essential services.
Apr 17, 2025, 3:06 PM UTC
The document outlines the Government Furnished Equipment (GFE) list for the Stevedoring & Related Terminal Services (S&RTS) Request for Proposal (RFP) HTC71125RE125 at the Northern California ports, specifically the Military Ocean Terminal Concord (MOTCO) and the Port of Oakland. The GFE includes various machinery and equipment, such as container handlers, forklifts, and trailers, specified by their respective Line Item Numbers (LIN), Federal Supply Codes (FSC), National Item Identification Numbers (NIIN), quantities, and serial numbers. The equipment is provided in "as-is" condition. Additionally, it mentions that certain equipment, like the ramp loading vehicles, may be shipped from the Government as needed, covering transportation costs to support operations at the ports. The document serves the purpose of informing potential contractors about the available equipment that they may utilize in fulfilling the RFP, thereby aiding in their proposal preparation and understanding of logistical requirements for the services at these ports.
Apr 17, 2025, 3:06 PM UTC
The document is a solicitation for a Women-Owned Small Business (WOSB) initiative regarding Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for Stevedoring and Related Terminal Services (S&RTS) in Northern California, specifically at Military Ocean Terminal and the Port of Oakland. The anticipated contract value is $47 million, with a minimum order threshold and a maximum value established with a potential 25% increase. The performance period spans from August 7, 2025, to August 6, 2030, with an option for a six-month extension. Key services requested include various terminal operations that must meet specific performance work statements and pricing schedules. The contractor must comply with numerous Federal Acquisition Regulation (FAR) clauses, ensuring adherence to regulations governing procurement, worker rights, and contract execution. The solicitation emphasizes the importance of supporting WOSBs, thereby fostering economic opportunities for women-owned enterprises within federal contracting. Overall, it underscores the government's commitment to engaging diverse suppliers while addressing service expectations within a regulated framework. This proposal reflects federal initiatives aimed at enhancing small business participation in government contracts.
Mar 19, 2025, 4:09 PM UTC
The U.S. Transportation Command (USTRANSCOM) is set to release a Request for Proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) at Northern California Ports, specifically at the Military Ocean Terminal (MOTCO) and the Port of Oakland. This will be a single fixed-rate Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five-year performance period ranging from August 7, 2025, to August 6, 2030. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, adhering to federal regulations under FAR Parts 15 and 12. Interested parties can expect the RFP to be posted on SAM.gov around March 28, 2025. The announcement encourages all responsible sources to submit proposals for consideration, marking a step towards strengthening support for military operations through efficient port services. The summary highlights the contract's structure, compliance requirements, and evaluation methods, showcasing USTRANSCOM's focus on contracting transparency and competitive selection processes.
Lifecycle
Title
Type
NOCAL S&RTS
Currently viewing
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 Kingdom of Saudi Arabia
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) 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.
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.
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.
Military Ocean Terminal Concord (MOTCO) Berms Construction and Dredging
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking information from industry regarding the construction and dredging project at the Military Ocean Terminal Concord (MOTCO) in California. This Sources Sought Synopsis aims to gather insights on the capabilities and qualifications of potential contractors, particularly those within the Small Business Community, to ensure adequate competition for the project, which involves the construction of earthen containment berms and dredging operations that require expertise in handling Unexploded Ordnance (UXO). The project is critical for supporting Department of Defense operations and has an estimated value between $10 million and $25 million, with responses due by 1:00 PM PDT on May 12, 2025. Interested firms should contact Lisa Ip at lisa.i.ip@usace.army.mil or Mary C. Fronck at mary.fronck@usace.army.mil for further details.
FY25 MOTSU Operations and Maintenance Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for operations and maintenance services at the Military Ocean Terminal at Sunny Point (MOTSU) in Southport, North Carolina. The contract requires the contractor to provide comprehensive personnel, management, tools, and services necessary for the operation, maintenance, repair, and construction of Real Property Facilities (RPF) at MOTSU, covering various functional areas including maintenance management, electrical and water systems, grounds maintenance, and waterside maintenance. This procurement is crucial for ensuring the operational readiness and safety of military facilities, with a performance period consisting of a base year and four option years. Interested small businesses must submit proposals by May 23, 2025, and can contact Nicolette Campbell at nicolette.l.campbell@usace.army.mil or Karri Mares at Karri.L.Mares@usace.army.mil for further information.
35-Day Dry Time Charter
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is conducting market research for a 35-day dry cargo time charter to support its Strategic Sealift Program. The MSC is seeking information on the availability and pricing of U.S. and foreign flag vessels capable of transporting a minimum of 181 Twenty-foot Equivalent Units (TEUs) of containerized ammunition, compliant with hazardous materials regulations. This procurement is crucial for ensuring operational readiness and regulatory compliance in the transportation of military cargo, with the delivery port located in Hiro, Japan, and redelivery at Military Ocean Terminal Concord, California, USA, starting on June 24, 2025. Interested parties should submit their vessel details, charter rates, and other relevant information by 10 AM Eastern Time on April 28, 2025, to Tiffany Gallon at tiffany.gallon@navy.mil or Robbin A. Jefferson at robbin.jefferson@navy.mil.
Point Mugu Passenger Air Transportation Services (PMPATS)
Buyer not available
The United States Transportation Command (USTRANSCOM) is preparing to issue a solicitation for passenger air transportation services, specifically aimed at facilitating the movement of military and government civilian personnel, as well as essential cargo, between Point Mugu, CA, and San Nicholas Island, CA, and China Lake, CA. The contract will require transportation services five days a week, with the possibility of additional missions as needed, and will be structured as a Firm-Fixed Price contract exclusively set aside for small businesses. The anticipated performance period is from October 1, 2025, through September 30, 2026, with four optional one-year extensions available until 2030. Interested parties should prepare to submit proposals in compliance with the forthcoming Request for Proposal (RFP), which is expected to be available on SAM.gov around May 7, 2025. For further inquiries, potential bidders may contact MSgt Shawn Creedon at shawn.m.creedon.mil@mail.mil or Thomas M. Fee at thomas.m.fee2.civ@mail.mil.
39--Two Ship-to-Shore Container Cranes for Military Ocean Terminal Concord
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to procure two Ship-to-Shore Container Cranes for Military Ocean Terminal Concord located at Concord, CA. These cranes will be used to accommodate containerized operations on Pier 2 at the terminal. The cranes will have a capacity of 60 long tons and will be able to reach 13 containers across of transporting marine vessels. They will be equipped with a luffing boom and mechanized spreader capable of lifting both single and twin 20 foot containers and single 40 foot containers. The cranes will be designed, fabricated, assembled, tested, delivered, installed, and made ready for use in accordance with the contract specification. The estimated date for the solicitation to be available is 22 March 2019, and the estimated due date for proposals is 23 April 2019. Contractors are encouraged to register for the solicitation on the NAVY ELECTRONIC COMMERCE ONLINE (NECO) website.