NOCAL S&RTS
ID: HTC71125RE125Type: 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 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 procurement aims to secure qualified contractors to provide labor, equipment, and management services necessary for the efficient handling of Defense Transportation System (DTS) cargo, including loading and discharging various types of military and commercial goods. This contract is crucial for maintaining operational readiness and ensuring compliance with safety regulations while managing potentially hazardous materials. Interested contractors should note that the anticipated contract value is approximately $577,500 over a five-year period, with proposals due by June 2, 2025. For further inquiries, potential bidders can 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
    The Performance Work Statement for Stevedoring and Related Terminal Services (S&RTS) at Military Ocean Terminal Concord (MOTCO) and the Port of Oakland outlines the scope and requirements for handling U.S. military cargo. The Military Surface Deployment and Distribution Command (MSDDC) oversees these operations, ensuring efficient management of goods. Services include stevedoring tasks, documentation, cargo management, and safety protocols, with operations running 24/7. Key elements include hiring skilled personnel, meeting stringent security requirements, and maintaining safety standards at all times. The Contractor must comply with regulations, obtain necessary licenses, and adhere to operational security protocols while ensuring the safety of employees and equipment. They are responsible for reporting incidents, maintaining equipment, and providing necessary equipment and personnel for smooth operations. Moreover, the document stipulates that the U.S. Government will compensate contractors at established rates for their services, with detailed processes for task ordering and invoicing. This contract reflects the federal government's commitment to efficient cargo management in support of military operations, adhering to high standards of safety and compliance throughout terminal operations.
    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.
    This document outlines a Request for Proposal (RFP) for stevedoring and related terminal services at Military Ocean Terminal - Concord and Port of Oakland. The RFP includes a detailed pricing structure for a five-year period with an optional six-month extension, estimating a total of $577,500 across all services. Each port location is budgeted at $231,000 over five years, focusing on costs associated with loading and discharging vessels, including various cargo types such as explosives, breakbulk, and vehicles. The document covers defined working hours, pay differentials for overtime, equipment rentals, and miscellaneous expenses. It emphasizes safety regulations and operational efficiency crucial in handling potentially hazardous materials. The objective is to secure qualified contractors to ensure effective logistics support, demonstrating the government's commitment to maintaining high operational readiness while adhering to regulatory frameworks and safety standards. This RFP serves as a formal solicitation for competitive bids, aiming to enhance cargo handling capabilities at strategic military and commercial locations.
    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.
    The document is a Request for Proposal (RFP) for HTC71125RE125, outlining the application process for contractors to fulfill port support needs for the government. It specifies that Offerors must complete a Technical Worksheet addressing the requirements in the Performance Work Statement (PWS), ensuring their responses are original and substantiated, and within the 20-page limit. Key evaluation criteria include the Offeror's ability to provide qualified labor, secure and utilize Material Handling Equipment (MHE), conduct truck and rail operations, and demonstrate necessary certifications for handling hazardous materials and obtaining port access. The submission will be rated as "Acceptable" or "Unacceptable," with a single unacceptable rating disqualifying the entire Technical Worksheet. This process underscores the government's emphasis on compliance with outlined specifications and the importance of operational readiness in addressing military logistics and cargo handling tasks.
    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.
    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.
    The document is an amendment to a Request for Proposals (RFP) from the United States Transportation Command, detailing changes to the solicitation process and requirements for contractors. Key updates include the replacement of specific attachments related to the Performance Work Statement and the Schedule of Rates, along with an extension of the proposal submission deadline to June 2, 2025. Additionally, modifications to FAR clauses are included, specifying submission guidelines, proposal formats, and acceptance periods. Offerors must register with the System for Award Management (SAM) and follow structured instructions for documentation and technical submissions, ensuring compliance with the contract's requirements. The amendment underscores the importance of proper acknowledgment and submission to avoid potential rejections, emphasizing the government's intent to finalize a single contract award based on these proposals. Overall, this amendment clarifies expectations and logistical specifics critical for contractors interested in the opportunity.
    The document presents a solicitation Q&A log regarding the HTC71125RE125 RFP, specifically addressing a query from a prospective vendor on the due date for the RFP submission. The government has announced an extension of the submission deadline from May 19, 2025, to June 2, 2025, due to ongoing questions that have warranted a revision of the Performance Work Statement (PWS) and Statement of Requirements (SOR). The updated answers to vendor questions will be posted shortly. Notably, there is no amendment required for the Request for Quotations (RFQ) as part of this exchange. This process highlights the government's responsive communication with vendors in the RFP process, ensuring transparency and providing necessary updates to facilitate participation.
    This document serves as a solicitation Q&A log regarding concerns raised about a government Request for Quotation (RFQ) related to ordering services, cancellation, compensation, and operational guidelines. Key changes include adjustments to service ordering and cancellation hours, compensation structured under specific labor rates, and updates to sections pertaining to commodity pricing and equipment operations. Notable clarifications address the contractor's responsibility for equipment wear, the provision of training, and the operational hours for contractors at the Port of Oakland. Multiple sections of the Performance Work Statement (PWS) were amended or removed based on vendor feedback, including guidance on staging areas and the handling of explosives. The government consistently supported amendments to streamline operations and enhance clarity for contractors, demonstrating a commitment to transparency and efficient service provision in accordance with industry standards. This log reflects the adaptive nature of the RFQ process, ensuring all parties involved can meet the requirements effectively while adhering to established labor agreements and operational protocols. The focus on timely adjustments indicates the government's proactive approach in addressing vendor inquiries and improving contract execution.
    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.
    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
    Solicitation
    NOCAL S&RTS
    Currently viewing
    Presolicitation
    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.
    MOTCO Rail Curves Package 2
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is soliciting bids for the MOTCO Rail Curves Package 2 project, which involves the removal and replacement of existing railroad curves at the Military Ocean Terminal Concord in California. The project scope includes the reconstruction and replacement of approximately 7,500 linear feet of rail, along with the repair or replacement of ties, rails, and other track hardware at multiple rail curves, specifically targeting curves 6, 11, and 12, while also including the demolition of curves 4 and 5. This work is critical for maintaining operational efficiency and safety at the terminal, adhering to standards set forth in UFC 4-860-01FA and the AREMA Manual for Railway Engineering. Interested contractors should reach out to Jessica Padilla at jessica.padilla@usace.army.mil or call 916-557-6783 for further details, and must ensure to submit their offers for each Contract Line Item Number (CLIN) as specified in the amendments.
    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.
    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.
    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.
    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.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    TUGCON; Jones Act; Open-Ocean Tow
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to charter a U.S. flag, Jones Act compliant, ocean-certified tugboat. The primary objective is to tow a decommissioned Guided Missile Cruiser from Naval Station Norfolk, VA, to the Naval Inactive Ship Maintenance Facility in Philadelphia, PA, by February 13, 2026, with proposals due by December 18, 2025, at 1100 Eastern Time. This contract is a Total Small Business Set-aside under NAICS Code 483111, emphasizing the need for sufficient bollard pull, endurance for the entire voyage, and communication capabilities, alongside the requirement for an Independent Marine Surveyor for oversight. Interested parties can reach out to Matthew Price at matthew.r.price40.civ@us.navy.mil or 757-341-3348 for further details.
    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.
    Sources Sought Notice- Layberthing Services for Long-Term Safe Layberth for Ro/Ro Cape H Vessels
    Transportation, Department Of
    The Department of Transportation's Maritime Administration (MARAD) is conducting a Sources Sought Notice to identify potential providers for Layberthing Services for three Roll-on/Roll-off (Ro/Ro) vessels: MV Cape Henry, MV Cape Horn, and MV Cape Hudson, located on the U.S. West Coast. The requirement includes continuous, secure, and safe exclusive-use lay berthing, along with pier-side maintenance, utilities, and adherence to environmental compliance, ideally situated near support infrastructure. This opportunity is crucial for ensuring the operational readiness and maintenance of these vessels, which play a significant role in maritime logistics. Interested parties must submit capability statements by December 17, 2025, at 4:30 PM EST to Lisa Miles at lisa.miles@dot.gov, detailing their qualifications and experience, as this notice is part of MARAD's market research and does not constitute a solicitation for proposals or bids.