S&RTS-Australia
ID: HTC711-25-R-E117Type: 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 Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 5:00 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 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.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 7:08 PM UTC
The Performance Work Statement (PWS) for Solicitation HTC71125RE117 outlines the requirements for stevedoring and related terminal services at multiple Australian ports, specifically focusing on support for the U.S. military's logistics operations. The Military Surface Deployment and Distribution Command (MSDDC) seeks a contractor to handle various military cargo types, including vehicles, ammunition, and hazardous materials, ensuring compliance with security and safety regulations. The scope includes providing stevedoring services across designated Ports of Debarkation and the ability to operate at additional sites. The contractor must meet general security and safety requirements, maintain documentation, and have personnel screened according to U.S. Government standards to safeguard operations. Other key elements include adherence to local labor regulations, efficient cargo management, and maintaining safety protocols related to equipment handling and personnel training. The contractor will be reimbursed based on a defined rate structure for services rendered, including handling costs and equipment rental. This RFP aims to secure operational support for military logistics while ensuring safety, efficiency, and adherence to security protocols in the stevedoring process.
Apr 8, 2025, 7:08 PM UTC
The document outlines the operational structure and service offerings for stevedoring and related terminal services at the Port of Darwin. It specifies working hours, including shifts and overtime conditions, alongside units of measure for various cargo types managed at the port, such as explosives and general cargo packed in ISO containers. The period of performance for the contract spans from May 1, 2025, to October 31, 2030, addressing both loading and discharging operations, equipment rental, and labor categories involved in the process, such as general and skilled labor. The primary focus is on facilitating the loading and unloading of multiple types of cargo, detailed via specified line items, packaging methods, and equipment requirements, including cranes, forklifts, and other machinery. Additional information includes considerations for extra labor, detention charges, and operational differentials for overtime. Clarity on usage policies for equipment and facilities is provided, ensuring compliance with various operational standards. This structured approach reflects the government’s intent to establish a comprehensive framework for port operations, indicating diligence in public contracts associated with supply chain management and cargo handling.
The document outlines the requirements for a contractor's plan to ensure the continuation of essential services during crises, as specified in Request for Proposal HTC71125RE117, following DFARS 252.237-7024. The contractor must provide a written strategy detailing how it will maintain essential operations listed in the Performance Work Statement (PWS) for up to 30 days or until normalcy is restored. Key elements to address include the acquisition of essential personnel, challenges encountered during extended crises like pandemics, timing for personnel availability, training for remote operations, established alert procedures, and communication of roles to employees. These components are crucial for ensuring service continuity and preparedness during disruptions, highlighting the necessity for detailed planning in federal contracting processes.
The document outlines the Request for Proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) at Australian ports, scheduled from August 1, 2025, to July 31, 2030. It provides essential information required for potential contractors, including contact details for government representatives and necessary business compliance documentation. Key elements include company identification information, proposal submission deadlines, and compliance with various Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Contractors are required to complete representations and certifications regarding telecommunications and foreign procurements, among others. Additionally, tasks such as submitting a Technical Worksheet, Schedule of Rates, and essential contractor services plan are highlighted, along with requirements for financial documentation like the SF 1449 form. The focus of the RFP is to ensure that proposals are compliant, complete, and competitive, while also emphasizing contractor accountability and regulatory adherence. This RFP represents a critical opportunity within federal, state, and local procurement processes aimed at enhancing terminal operations in Australia.
Apr 8, 2025, 7:08 PM UTC
The document outlines the requirements for the Technical Worksheet pertaining to the Request for Proposal (RFP) HTC71125RE117, which focuses on providing port support services. Offerors must comprehensively address specific queries based on the Performance Work Statement (PWS), ensuring that their submissions do not exceed 20 pages and are tailored to demonstrate their technical approach. Key evaluation criteria include labor provision, equipment availability, and the necessary certifications for handling hazardous materials. Offerors are expected to illustrate their capability in securing qualified labor and versatile equipment, as well as maintaining operation schedules continuously. Furthermore, they must provide HAZMAT certifications for personnel and valid port access credentials from the applicable Host Nation. An "acceptable" rating on all evaluation questions is mandatory for qualifying submissions, whereby shortcomings will lead to an overall "unacceptable" evaluation of the Technical Worksheet. This document serves to ensure that the Government effectively identifies qualified contractors that can meet specific operational needs and safety standards within designated ports.
Apr 8, 2025, 7:08 PM UTC
The memorandum from the United States Transportation Command, dated March 14, 2025, addresses the change of a requirement's Procurement Instrument Identification Number (PIID) from HTC71125RR016 to HTC71125RE117. This modification has occurred due to the autogenerated nature of the PIID in the ECWM system. The document clarifies that both PIIDs will be considered interchangeable moving forward. The memorandum serves to officially document this change for organizational records and communication. Cassandra Range, the Contracting Officer, has digitally signed the memorandum to validate its authenticity. This update is significant within the context of federal processes for Requests for Proposals (RFPs) and contract management.
Apr 8, 2025, 7:08 PM UTC
The Women-Owned Small Business (WOSB) solicitation outlines an Indefinite Delivery/Indefinite Quantity contract for Stevedoring and Related Terminal Services (S&RTS) in Australia. The contract, with a minimum order value of $2,500 for the first year and a maximum contract value ceiling increased by 25%, covers a five-year ordering period from August 1, 2025, to July 31, 2030. Key details include performance requirements outlined in the Performance Work Statement (PWS) and billing guidelines in the Schedule of Rates (SOR). The contract incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, ensuring compliance with government standards and labor laws. The issuing office is USTRANSCOM-AQ, with contact details provided for inquiries. The contract emphasizes small business set-asides, including provisions for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Overall, this solicitation reflects the government’s commitment to supporting small businesses while addressing logistical needs within military operations, ensuring a focus on efficiency and regulatory adherence.
Apr 8, 2025, 7:08 PM UTC
This document serves as an amendment to a solicitation for federal contracting, specifically modifying an existing request for proposals (RFP) or contract. It outlines procedures for acknowledging receipt of the amendment, including methods such as returning signed copies or electronic communication. The amendment may extend the deadline for submitting offers, and any changes to previously submitted offers must reference the amendment and be submitted in a timely manner. Section 12 discusses accounting details, while Section 13 clarifies modifications related to contracts and orders, indicating whether a contractor must sign the document. The description of the amendment in Section 14 organizes changes relevant to the contract and highlights that existing terms and conditions remain intact unless explicitly altered by this amendment. The document concludes with administrative details such as the contractor’s name and the contracting officer's signature. This amendment indicates ongoing administrative activities to maintain compliance and up-to-date records within federal procurement processes, reflecting the government's procedural rigor in managing contracts and grants.
Lifecycle
Title
Type
S&RTS-Australia
Currently viewing
Solicitation
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 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.
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.
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.
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.
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.
RT240 Rough Terrain Container Handler (RTCH) Spare Components
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is seeking sources for the procurement of 36 spare components for the RT240 Rough Terrain Container Handler (RTCH), which is vital for transloading intermodal freight in various military operations. The procurement includes essential parts such as axle assemblies, a mechanical transmission, hydraulic motors, and various electronic components, all aimed at maintaining the operational readiness of the Army's RTCH fleet. This initiative underscores the importance of ensuring the availability of critical replacement parts to enhance logistic capabilities. Interested suppliers are encouraged to respond to this sources sought notice by the close of business on April 23, 2025, and can contact John P. Moses at john.moses@dla.mil or by phone at 586-467-1212 for further information.
FY26 Maintenance Dredging Military Ocean Terminal, Sunny Point
Buyer not available
The Department of Defense, through 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 contact Jenifer Garland at jenifer.m.garland@usace.army.mil or Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil for further details, with the solicitation expected to be issued electronically on or about April 18, 2025.
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 between Point Mugu, California, and San Nicholas Island, California, as well as China Lake, California. The contract will facilitate military and government civilian passenger movement five days a week, with the potential for additional flights as needed, and will be awarded as a Firm-Fixed Price contract primarily set aside for small businesses. The base period of performance is expected to commence on October 1, 2025, and run through September 30, 2026, with four optional extensions available until September 30, 2030. Interested parties can expect the Request for Proposal (RFP) to be available on SAM.gov around April 23, 2025, and should direct inquiries to MSgt Shawn Creedon at shawn.m.creedon.mil@mail.mil or Thomas M. Fee III at thomas.m.fee2.civ@mail.mil.
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.