S&RTS Mid-Atlantic Ports
ID: HTC711-25-R-R006Type: 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
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 1:00 PM UTC
Description

The United States Transportation Command (USTRANSCOM) is preparing to issue a Request for Proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) at Mid-Atlantic ports, specifically in Charleston (SC), Savannah (GA), Wilmington (NC), and Morehead City (NC). This procurement will involve a single fixed-rate Indefinite Delivery, Indefinite Quantity (IDIQ) contract, effective from September 1, 2025, to August 31, 2030, with a potential six-month extension, and will be awarded based on the Lowest Price Technically Acceptable (LPTA) method. The services are crucial for efficient cargo handling and transportation operations at these strategic ports, ensuring the timely movement of goods. Interested parties should note that the RFP is expected to be available on SAM.gov in early 2025, and they are encouraged to contact Lucy Wells or Nashae J. Perez for further information.

Point(s) of Contact
Files
Title
Posted
Mar 18, 2025, 7:08 PM UTC
The United States Transportation Command (USTRANSCOM) is preparing to issue a Request for Proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) at Mid-Atlantic ports, including Charleston (SC), Savannah (GA), Wilmington (NC), and Morehead City (NC). This procurement entails a single fixed-rate Indefinite Delivery, Indefinite Quantity (IDIQ) contract, effective from September 1, 2025, to August 31, 2030, with a potential six-month extension. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) method, with evaluation criteria detailed in the RFP. Compliance with the solicitation is imperative, as noncompliance may result in elimination from consideration. The RFP is expected to be available on SAM.gov in early 2025, and no hard copies will be issued. Proposals will be accepted from all responsible sources. Interested parties are encouraged to contact designated specialists for more information.
Lifecycle
Title
Type
S&RTS Mid-Atlantic Ports
Currently viewing
Presolicitation
Similar Opportunities
NOCAL S&RTS
Buyer not available
The U.S. Transportation Command (USTRANSCOM) is preparing to issue 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 procurement will involve a single fixed-rate Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a performance period spanning five years, from August 7, 2025, to August 6, 2030, aimed at enhancing support for military operations through efficient port services. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, and the RFP is expected to be posted on SAM.gov around March 28, 2025. Interested parties can reach out to Casey D. Schuette at casey.d.schuette.civ@mail.mil or Douglas Otten at douglas.d.otten.civ@mail.mil for further information.
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 Kingdom of Saudi Arabia
Buyer not available
The U.S. Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) in the Kingdom of Saudi Arabia, with a focus on managing U.S. military cargo at designated seaports and airports. The contractor will be responsible for the safe and timely loading, unloading, and transportation management of Defense Transportation System (DTS) sponsored and non-sponsored cargo, adhering to strict safety and operational protocols as outlined in the Performance Work Statement (PWS). This contract, identified by solicitation number HTC71125RR008, is set to commence on August 1, 2025, and run through July 31, 2030, with a minimum order value of $2,500 and a maximum contract value calculated at 40% above total awards. Interested parties must submit their proposals by April 30, 2025, 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 the Port of Darwin and several others in Queensland. The contract aims to support the import and export of military cargo under the U.S. Defense Transportation System, with a focus on compliance with safety and security regulations as outlined in the Performance Work Statement (PWS). This opportunity is crucial for ensuring efficient logistics operations for U.S. military activities in the region, with a contract period from August 1, 2025, to July 31, 2030, and a minimum order value of $2,500 for the first year. Interested contractors can reach out to Otto D. Roberts or Cassandra A. Range via email for further inquiries, and must adhere to the submission guidelines detailed in the solicitation documents.
23-day Dry Cargo Time Charter
Buyer not available
The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 23-day Dry Cargo Time Charter under RFP N3220525R4071. This opportunity specifically seeks Roll-On/Roll-Off (RO/RO) vessels capable of transporting military cargo from Pyeongtaek, South Korea, to Tacoma, Washington, with a required laden speed of 15 knots. The procurement is part of the Strategic Sealift Program, emphasizing the importance of effective maritime logistics in supporting military readiness. Proposals are due by April 17, 2025, and interested parties can contact Eric Hatcher at ERIC.N.HATCHER2.CIV@US.NAVY.MIL or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details.
UCT-1 STORAGE EQUIPMENT RELOCATION
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors for a Firm Fixed Price contract to relocate storage equipment for Underwater Construction Team ONE (UCT-1) from Virginia Beach, VA to Gulfport, MS. This procurement is a total small business set-aside, emphasizing the need for services in the General Freight Trucking industry, specifically under NAICS code 484121. The solicitation is expected to be available around April 11, 2025, and interested contractors must ensure they are registered in the System for Award Management (SAM) database prior to award. For inquiries, potential bidders can contact Sherell Brown at sherell.g.brown.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
Voluntary Tanker Agreement (VTA)
Buyer not available
Presolicitation DEPT OF DEFENSE US TRANSPORTATION COMMAND (USTRANSCOM) is seeking sealift services for the Voluntary Tanker Agreement (VTA). This agreement provides ocean transportation charter of clean bulk fuel product for worldwide ocean movements. The contract aims to minimize disruption of program participants' service to commercial customers and includes contingency operations in response to natural disasters, terrorists or subversive activities, or required military operations. Contractors can enroll specific tanker capacity into the VTA program, and subsidized capacity must be enrolled in an Emergency Preparedness Program. Interested parties should contact Shanda L. Lyman and Sarah Albers via email for more information.
RELOCATION SERVICES (VA to MS)
Buyer not available
The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors to provide relocation services for equipment and materials from Virginia Beach, VA to Gulfport, MS for Underwater Construction Team ONE (UCT-1). The procurement involves a Firm Fixed Price contract and is set aside entirely for small businesses, adhering to the guidelines of the Federal Acquisition Regulation (FAR). This relocation service is crucial for the operational readiness of UCT-1, which relies on timely and efficient transport of specialized equipment. The solicitation is expected to be available around April 11, 2025, and interested contractors should ensure they are registered in the System for Award Management (SAM) database prior to submission. For inquiries, potential bidders can contact Sherell Brown at sherell.g.brown.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
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.
FY26 Maintenance Dredging Military Ocean Terminal, Sunny Point
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, is seeking contractors for maintenance dredging at the Military Ocean Terminal, Sunny Point (MOTSU) in Brunswick County, North Carolina. The project involves the removal and disposal of approximately 705,000 cubic yards of shoaled material from various channels and basins, with specific dredging depths and environmental windows for operations. This maintenance dredging is crucial for ensuring navigability and operational efficiency at the terminal, with a contract value estimated between $5 million and $10 million. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued electronically around April 18, 2025, with further inquiries directed to Jenifer Garland or Rosalind M. Shoemaker via the provided contact details.