Layberthing for up to three (3) CAPE S class RRF vessels, CAPE SABLE, CAPE SAN JUAN, CAPE STARR on the U.S. East, Gulf, or West Coast. (Amended)
ID: 693JF725B000001Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFMARITIME ADMINISTRATION693JF7 DOT MARITIME ADMINISTRATIONWASHINGTON, DC, 20590, USA

NAICS

Other Support Activities for Water Transportation (488390)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER (V119)
Timeline
  1. 1
    Posted Feb 7, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 5:30 PM UTC
Description

The Department of Transportation's Maritime Administration (MARAD) is seeking bids for layberthing services for up to three CAPE S class Ready Reserve Force (RRF) vessels—CAPE SABLE, CAPE SAN JUAN, and CAPE STARR—on the U.S. East, Gulf, or West Coast. The procurement aims to secure a long-term, exclusive use layberth that includes essential services such as berthage, security, electrical, water, and sewage services, with a primary contract period of one base year and four option years, alongside an alternative bid for a longer duration. This initiative is critical for maintaining the operational readiness of the U.S. maritime fleet, ensuring safety and compliance with federal regulations. Bids must be submitted by 1330 on April 4, 2025, and interested parties can contact Henry H. Puppe at henry.puppe@dot.gov or by phone at 202-493-8977 for further details.

Point(s) of Contact
Files
Title
Posted
Mar 24, 2025, 9:05 PM UTC
The document outlines specifications and requirements for a federal RFP concerning the construction and operational details of a Ro-Ro (Roll-on/Roll-off) vessel, specifically the "MESSINA" ship, with a deadweight tonnage of 45,200. It details aspects such as design drafts, service speeds, engine types, and various tank capacities, ensuring compliance with standards like Registro Italiano Navale. Key particulars include dimensions like length, breadth, and depth, supplemented by assessments on cargo capacity for containers in both Ro-Ro and shore modes. Additionally, the vessel is classified under multiple categories ensuring operational efficiency and environmental consideration. This RFP emphasizes the importance of adhering to international maritime regulations and the provision for substantial freight operations while maintaining flexibility for future modifications. Overall, the document emphasizes the strategic purpose of developing a robust maritime asset under federal oversight, enhancing logistical capabilities while ensuring safety and regulatory adherence.
Mar 24, 2025, 9:05 PM UTC
The document appears to be a corrupted or improperly formatted file, making it challenging to decipher any substantive content. However, it suggests association with a request for proposals (RFP) or grant related to government activities. The lack of discernible text limits the ability to extract specific details or clearly define the main topic and purpose. It may relate to project specifications or administrative details, but the critical information is illegible. Therefore, understanding the document's objective within the scope of federal, state, or local RFPs remains unclear due to the overwhelming presence of unstructured data and symbols, suggesting a potential need for data recovery or proper formatting for analysis.
Mar 24, 2025, 9:05 PM UTC
The document outlines the mooring system specifications for a Messina 45,200 TDW RO-RO vessel developed by Daewoo Shipbuilding & Marine Engineering Co., Ltd. It includes essential details such as the minimum breaking strength of mooring lines, dimensions of mooring ropes, types of deck machinery like combined mooring winches and cable lifters, and various mooring fittings including bollards and chocks. The mooring plan adheres to international standards and incorporates structural details to ensure the integrity and safety of vessel operations. The document also presents the principal particulars of the vessel's design, with a focus on load capacities and specific arrangements for operational efficiency. Throughout the planning stages, various revisions were made based on feedback from stakeholders, including owners and regulatory authorities. The report underlines the importance of compliance with established guidelines such as MSC/Circ. 1175 and includes detailed notes for installation and maintenance. Overall, this document serves as a technical guide for the effective implementation of mooring systems necessary to facilitate safe vessel operations, reflecting adherence to regulatory requirements and engineering best practices.
Mar 24, 2025, 9:05 PM UTC
The document pertains to the steel outfitting design for a RORO (Roll-On/Roll-Off) vessel by Daewoo Shipbuilding & Marine Engineering Co., Ltd. It includes detailed specifications, materials lists, and revisions for various components of the vessel's deck, such as mooring fittings, winches, and control stands. The key elements involve thorough design revisions based on owner comments, with several modifications made for operational efficiency, including the addition of lifting eyes under the spoiler deck and improvements to hull openings. The comprehensive material list outlines specific steel types, dimensions, and quantities needed for construction, adhering to strict design standards. The document serves as a guide for construction and compliance, illustrating the collaborative effort between design teams and the owner to ensure functionality and safety in the vessel's outfitting.
The document serves as Amendment 0001 to the solicitation 693JF725B000001 for the Cape S RRF Layberth project, addressing queries from potential bidders about contract requirements and submission procedures. Key points include the necessity of providing electrical power and telephone services, which are disqualifying factors if not met. Bidders can propose alternative start dates for the contract but must prioritize those who can meet the original timeline. The layberth will be exclusively dedicated to MARAD/Government use, prohibiting any temporary relocation of docked vessels. Bidders must submit their pricing in alignment with the solicitation's CLIN structure. Additionally, guidance is provided on locating Section K of the bid documents, which can be accessed through SAM.gov or directly from the FAR website. This amendment emphasizes clarity in bid submission requirements and outlines essential expectations for compliance with the solicitation’s specifications. Overall, the document reflects standard operating procedures for federal contracting, ensuring transparency and adherence to project goals.
Mar 24, 2025, 9:05 PM UTC
The Cape S RRF layberth solicitation, identified as 693JF725B000001, addresses several inquiries related to the operational requirements for electrical power and telecommunications at a docking facility. Key questions revolve around whether the absence of these services would disqualify bids, the feasibility of proposing a project start date of March 2026 or 2027, and the logistics regarding the movement of vessels between berths. Another clarification sought pertains to the implications of specific terms like “connect cycle” and “disconnect cycle” as mentioned in the bid documentation. The soliciting agency seeks to determine the mandatory availability of shore power and telecommunications as essential contractor provisions. The document reflects the complexities and considerations inherent in engaging with government RFPs, emphasizing the detailed compliance required from bidders to align with operational standards for maritime facilities. Overall, clarity on these points is crucial for potential bidders to accurately propose their capabilities and meet contractual obligations.
Mar 24, 2025, 9:05 PM UTC
This document is an amendment to the solicitation for the Cape S RRF Layberth (Solicitation No. 693JF725B000001) issued by the U.S. Department of Transportation's Maritime Administration. The amendment modifies key components, including extending the bid opening date to April 4, 2025, and clarifying essential bid requirements. Key disqualifying factors for contractors include the absence of necessary electrical power and telephone services at the docking facility. The amendment also addresses bidder inquiries, outlining that while priority is given to those adhering to specified timelines, alternative start dates may be considered. The document includes crucial details regarding bidding formats, representations, and certifications necessary for compliance, particularly in areas related to telecommunications, service standards, and environmental regulations. It emphasizes the importance of specific certifiable conditions under federal law, with the overarching aim to ensure bidders meet stringent federal guidelines pertinent to government contracts. Overall, the amendment seeks to refine the procurement process while maintaining compliance with government standards and contractor obligations.
The U.S. Maritime Administration (MARAD) has issued a solicitation for the procurement of safe layberthing services for three CAPE S class RRF vessels: CAPE SABLE, CAPE SAN JUAN, and CAPE STARR. The contract aims to offer long-term layberths ideally suited for these vessels on the U.S. East Coast, with the possibility of accommodating similar-sized vessels. The services include various specifications for the layberthing facility, such as security, water and sewage services, and electrical connections, detailed through a structured list of requirements and a schedule of supplies and services. The vessels are to be stationed primarily in idle status at the layberth, maintaining readiness for potential military operations or necessary maintenance. Each vessel is expected to operate under a reduced crew in a controlled operating status while ensuring that essential systems remain functional. The document outlines parameters for heavy weather mooring plans to ensure vessel security under various conditions. Ultimately, the RFP reflects MARAD’s commitment to ensuring maritime readiness and safety for its fleet, while also emphasizing compliance with established maritime and operational standards.
The United States Department of Transportation's Maritime Administration (MARAD) has issued a solicitation for the long-term layberthing services of three Reserve Fleet vessels, specifically the CAPE SABLE, CAPE SAN JUAN, and CAPE STARR, on the U.S. East, Gulf, or West Coast. This procurement seeks provisions for multiple services over varied contract periods from March 18, 2025, through March 17, 2035, with options for extensions. The requested services include per diem berthage, security, electrical services, water, and sewage services, along with various cycle connections and disconnections for the vessels. The document delineates specific periods of performance for each line item, with details applicable to potential contractors regarding pricing, small business qualifications, and requirements for prompt payment. The solicitation emphasizes a commitment to providing stipulated services under federal regulations while encouraging participation from diverse business categories including HubZone, service-disabled veteran-owned, and women-owned small businesses. This RFP reflects MARAD's efforts to maintain operational readiness and ensure safety in U.S. maritime services.
Mar 24, 2025, 9:05 PM UTC
Similar Opportunities
DRYDOCK: USCGC RAZORBILL DD FY2026
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from qualified sources regarding the drydock availability for the USCGC RAZORBILL (WPB-87332) to perform necessary repairs. The anticipated work includes hull preservation, tank cleaning, engine realignment, and various component renewals, with the performance period expected to span from November 4, 2025, to February 3, 2026. This Sources Sought Notice aims to gauge market capabilities in alignment with FAR guidelines, particularly focusing on small businesses under NAICS code 336611, and is intended to inform future competitive and set-aside decisions. Interested parties are encouraged to submit detailed information about their capabilities and past performance to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil by the specified deadlines.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to identify potential contractors for the drydocking of four Maritime Security Cutters, Large (WMSL) from fiscal year 2026 to 2030. The procurement aims to assess the interest and capability of businesses to perform extensive maintenance tasks, including hull inspections and repairs of critical systems, which require coordination with original equipment manufacturers (OEMs). The performance period for this contract is set from January 27, 2026, to September 30, 2030, involving four planned drydocks and one emergent drydock, with interested parties required to submit a capability statement by April 27, 2025. For further inquiries, potential respondents can contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or by phone at 206-820-3678.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
S&RTS Mid-Atlantic Ports
Buyer not available
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.
USCG STA LOS ANGELES/LONG BEACH (45651) FY25 DD REPAIRS
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for the FY25 dry-docking repairs of the Response Boat-Medium (RB-M) at the Station Los Angeles/Long Beach. The procurement involves comprehensive repair and maintenance tasks, including inspections, cleaning, and alterations to the vessel, with contractors required to provide all necessary labor, materials, and expertise as outlined in the solicitation documents. This contract is crucial for maintaining the operational readiness of the Coast Guard's maritime assets, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 5, 2025, and can contact Troy Elliott at troy.s.elliott@uscg.mil or Janet M Delaney at Janet.M.Delaney@uscg.mil for further information.
USWC JONES ACT TANKER
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for the extended-term charter of a U.S. flag Jones Act compliant tanker capable of transporting a minimum of 280,000 barrels of clean product, including military fuels such as F76, JP5, JP8, or JA1. The contract encompasses a base period of one year with options for three additional one-year extensions and an 11-month option, emphasizing compliance with safety and environmental regulations, as well as adherence to U.S. Coast Guard standards. This procurement is critical for ensuring effective maritime logistics support for defense operations, reflecting the government's commitment to maintaining operational readiness. Interested parties must submit their proposals by March 31, 2025, and can direct inquiries to Jordan Schwaner at jordan.t.schwaner.civ@us.navy.mil or F. Carley Orvin at franklin.c.orvin.civ@us.navy.mil.
USCGC BENJAMIN BOTTOMS (WPC-1132) DOCKSIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources capable of performing dockside repairs on the USCGC Benjamin Bottoms (WPC-1132), which is homeported in San Pedro, California. The anticipated work includes cleaning and inspecting fuel service tanks, renewing interior deck coverings, conducting 8000-hour maintenance on main diesel engines, and hull plating cleaning, with the project scheduled to last 49 days from November 4, 2026, to December 16, 2026. This Sources Sought Notice serves as a market research tool to evaluate available capabilities and inform potential set-asides for competition decisions, emphasizing the importance of the services for maintaining operational readiness of the vessel. Interested companies must submit their qualifications and past performance information by April 8, 2025, and are encouraged to register with the System for Award Management for compliance with federal contracting requirements. For further inquiries, contact Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
3573 HAYWARD Drydock
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the overhaul of the Drift Collection Vessel "HAYWARD," with a focus on comprehensive repair services including drydocking, hull cleaning, painting, and compliance with safety inspections. The contract requires bidders to provide detailed pricing for various repair tasks, ensuring adherence to ABS and USCG standards, and emphasizes the importance of contractor accountability in maintaining safety and environmental compliance throughout the project. This procurement is crucial for maintaining the operational readiness of the vessel, which plays a vital role in the Corps' infrastructure capabilities. Interested contractors must submit their bids via the SAM.gov platform, and the period of performance is set for 30 days from the vessel's delivery to the contractor's yard, with inquiries directed to Matthew Rhoads or Domenic Sestito via their provided email addresses.
U.S. Coast Guard Special Purpose Craft – Boarding Team Delivery II and Special Purpose Craft – Law Enforcement Boats, Maintenance and Upgrades
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide maintenance, repair, and upgrade services for its Special Purpose Craft – Boarding Team Delivery II (SPC-BTD II) and Law Enforcement (SPC-LE) boats. The procurement aims to ensure the operational readiness and reliability of these vessels, which are critical for maritime security operations, by performing routine maintenance and emergent repairs at designated sites in San Diego, California, and Chesapeake, Virginia. Interested parties are invited to submit tailored capability statements addressing their experience and capacity to fulfill these requirements by April 14, 2025, at 11:00 AM EST, to the primary contact, Miranda V. Smith, at Miranda.V.Smith@uscg.mil, with a copy to Adam Petty at Adam.F.Petty1@uscg.mil. This opportunity is part of a Total Small Business Set-Aside initiative and will result in a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract over a five-year period.