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.
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
    Description

    The Department of Transportation's Maritime Administration (MARAD) is soliciting proposals for long-term layberthing services for three Reserve Fleet vessels: CAPE SABLE, CAPE SAN JUAN, and CAPE STARR, located on the U.S. East, Gulf, or West Coast. The procurement aims to secure essential services including per diem berthage, security, electrical, water, and sewage services, along with various cycle connections and disconnections for the vessels, over a contract period from March 18, 2025, through March 17, 2035, with options for extensions. This initiative is crucial for maintaining operational readiness and safety in U.S. maritime services, while also encouraging participation from diverse business categories such as HubZone, service-disabled veteran-owned, and women-owned small businesses. Interested contractors can reach out to Henry H. Puppe at henry.puppe@dot.gov or call 202-493-8977 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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 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.
    Similar Opportunities
    PF204 Patrol Boat Dry Docking
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF-204 Patrol Boat, with a focus on engaging small businesses for this federal contract opportunity. Contractors are required to provide all necessary labor and materials to perform the dry docking, which includes structural repairs, ultrasonic testing, hull cleaning, and compliance with safety and environmental regulations. This project is critical for maintaining the operational readiness of government-owned vessels, ensuring they meet safety and performance standards. Interested vendors must submit their quotes by February 21, 2025, at 2:00 PM ET, and direct any inquiries to the designated contacts, Krystle Jones and Robert McDermott, via their provided email addresses.
    180-DAY SPECIALTIME CHARTER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is conducting market research for a 180-day special time charter of a Jones Act certified surface support vessel, beginning on May 1, 2025. The vessel must accommodate 25 personnel, achieve a minimum speed of 10 knots, and sustain operations for 30 days without re-supply, while also being capable of launching and recovering various small craft and providing mission-specific logistics support. This procurement is part of the government's initiative to enhance maritime operational readiness in regions such as Hawaii and Guam. Interested parties should submit their responses, including vessel availability and pricing, by February 18, 2025, and can contact Matthew Price at matthew.r.price40.civ@us.navy.mil or Danny Davis at danny.w.davis1.civ@us.navy.mil for further information.
    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.
    Dry-Dock: USCG ANT PANAMA CITY (49415) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for dry-dock repairs to the 49-foot Buoy Utility Stern Loading boat (BUSL 49) as part of its FY2025 availability program. The procurement involves comprehensive repair and maintenance tasks, including general welding, ultrasonic testing, and hull inspections, with a strong emphasis on compliance with safety protocols and quality assurance standards. This contract is crucial for maintaining the operational readiness and integrity of USCG vessels, ensuring they meet regulatory requirements and performance standards. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their bids by March 7, 2025, with the contract period running from May 1, 2025, to September 30, 2025. For further inquiries, contractors can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.
    Multi-Mission AUTEC Range Vessel (MARV)
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking information regarding the acquisition and conversion of an Offshore Supply Vessel (OSV) for the Multi-Mission AUTEC Range Vessel (MARV) to support the U.S. Navy's Atlantic Undersea Test and Evaluation Center (AUTEC). The procurement aims to gather insights on various acquisition strategies, including the purchase of a vessel as-is or with necessary modifications to meet Navy requirements, focusing on capabilities such as dimensions, operational readiness, and compliance with regulatory guidelines. This vessel will play a crucial role in anti-submarine warfare training and the deployment and retrieval of unmanned vehicles. Interested parties are encouraged to submit relevant vessel data and company experience, with the expectation of a Request for Proposal (RFP) issuance in Fiscal Year 2026 and contract awards in Fiscal Year 2027. For further inquiries, respondents may contact Brian Stocker at brian.j.stocker.civ@us.navy.mil or Kate Wisniewski at kate.l.wisniewski.civ@us.navy.mil.
    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.
    Suisun Bay Reserve Fleet (SBRF) PG-616 BOOM & PG-615 DYNAMO Hauling and Shaft Seal Replacement
    Buyer not available
    The Department of Transportation, specifically the Maritime Administration, is seeking small businesses to provide hauling and shaft seal replacement services for two utility vessels, PG-615 DYNAMO and PG-616 BOOM. The procurement involves critical maintenance tasks, including the replacement of the port side seal on PG-615 and the starboard side seal on PG-616, with a focus on ensuring operational effectiveness and compliance with safety regulations. This opportunity underscores the importance of maintaining government-owned maritime assets and is governed by federal procurement standards, with responses due by February 13, 2025. Interested contractors should contact Lynda Luo at lynda.luo@dot.gov for further details.
    DOCKSIDE: USCGC SEA DEVIL FY25 DS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside repairs of the USCGC SEA DEVIL (WPB 87368) scheduled for Fiscal Year 2025. The procurement is set aside for small businesses, particularly Women-Owned Small Businesses (WOSB), and includes essential repairs such as cleaning and inspecting grey water and sewage holding tanks, as well as renewing pilothouse windows and weatherdeck handrails. This initiative underscores the importance of maintaining operational readiness for the vessel while adhering to federal standards and regulations, ensuring high-quality and safe repair processes. Interested contractors should contact Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, with proposals due by the specified deadline outlined in the solicitation documents.
    Murden Shipyard Repair Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair and maintenance of the Dredge Murden at a shipyard facility in Wilmington, North Carolina. The contractor will be responsible for providing labor, materials, and services to perform extensive repairs, including dry-docking, cleaning, and compliance inspections by the American Bureau of Shipping and U.S. Coast Guard, with a contract duration of up to 90 days. This procurement is crucial for maintaining the operational integrity of the dredge, which plays a significant role in marine engineering and environmental infrastructure projects. Interested small businesses, particularly those owned by service-disabled veterans, must submit their quotes and technical proposals electronically by 3:00 PM ET on February 24, 2025, and direct any inquiries to Diana Curl or Rosalind M. Shoemaker via email.
    Suisun Bay Reserve Fleet (SBRF) Tug Services Blanket Purchase Agreement (BPA)
    Buyer not available
    The Department of Transportation, through the Maritime Administration, is seeking qualified vendors to provide tug services under a Blanket Purchase Agreement (BPA) for the Suisun Bay Reserve Fleet (SBRF) in California. The BPA aims to secure towing services for intra-fleet ship movements, mooring maintenance, and barge operations, ensuring operational readiness for the National Defense Reserve Fleet. This procurement is critical for maintaining maritime logistics and support on the U.S. West Coast, with anticipated call orders totaling up to $1,000,000 over five years, and individual orders not exceeding $85,000. Interested parties should contact Lynda Luo at lynda.luo@dot.gov for further information and to express their capabilities.