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
    Description

    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking qualified contractors to provide Stevedoring and Related Terminal Services (S&RTS) at various ports in Australia, including Darwin, Gladstone, Rockhampton, Alma, Point Wilson, and Townsville. The procurement aims to support the import and export of military cargo under the U.S. Defense Transportation System, ensuring compliance with the Performance Work Statement (PWS) and relevant safety regulations. This contract, structured as an Indefinite Delivery/Indefinite Quantity agreement, has a minimum order value of $2,500 for the first year and a maximum ceiling increased by 25%, covering a five-year period from August 1, 2025, to July 31, 2030. Interested parties should contact Otto D. Roberts or Cassandra A. Range for further details, with proposals due by May 12, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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 a government Request for Proposals (RFP) related to stevedoring and terminal services at various port locations including Darwin, Rockhampton, Townsville, Port of Point Wilson, and Gladstone over a contractual period from August 1, 2025, to July 31, 2030. Each port's proposed unit rates for services, structured into categories such as loading vessels, discharging vessels, and equipment rental, are specified over five years plus a six-month extension. Cost estimates for each port include: Darwin ($96,250), Rockhampton ($77,000), Townsville ($38,500), Port of Point Wilson ($77,000), and Gladstone ($57,750). The total evaluated value for all locations is projected at $346,500. Importantly, the document specifies requirements for pricing, operational hours, units of measure, and types of commodities handled, emphasizing the need for precise pricing inputs and the nature of services offered. This RFP serves as a solicitation aimed at engaging contractors for essential port services, ensuring compliance with operational standards while facilitating logistical operations for federal activities at designated port facilities.
    This government document outlines a Request for Proposals (RFP) for stevedoring and related terminal services at five port locations (Darwin, Rockhampton, Townsville, Port of Point Wilson, and Gladstone) over a potential five-year contract period. Each location presents set unit prices per year for specific schedules, focusing on loading and discharging various types of cargo, including explosives and heavy machinery. The total estimated value across all ports amounts to $346,500, factoring in both the primary contract duration and a six-month extension. Detailed pricing and service descriptions are organized into schedules that enumerate various operations, including vessel loading, unloading, and transportation services. Additionally, the document defines measurable units for diverse cargo types and outlines working hours and applicable labor rates, ensuring clarity for potential offerors. It emphasizes the importance of uniform pricing throughout the contract period. The overarching purpose of this RFP is to solicit competitive proposals from qualified contractors to ensure efficient handling of cargo within the specified ports, thereby contributing to operational effectiveness and regulatory compliance during the contract timeline.
    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.
    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.
    The document serves as an amendment to a federal solicitation, specifically regarding the modification of solicitation HTC711. It announces an extension of the deadline for offers by two weeks, pushing the due date from April 21, 2025, to May 12, 2025. Additionally, the amendment includes updates to the schedule of rates, specifically separating rates for Townsville and Gladstone. Offers submitted prior to the original deadline may be altered through written communication referencing the solicitation and amendment numbers. The document emphasizes the importance of acknowledging receipt of the amendment to avoid rejection of offers and outlines the protocol for making changes to submitted offers. It states that contractors may be required to sign and return copies of the document, although the specific requirement for signatures is noted. The overall purpose of the document is to amend existing guidelines and extend timelines for submission in the context of government RFP processes, ensuring compliance with federal regulations and facilitating participation from contractors.
    This document serves as an amendment to a solicitation issued by the United States Transportation Command (USTRANSCOM). It extends the deadline for the submission of offers and outlines the procedures for bidders to acknowledge receipt of the amendment. The amendment also allows contractors to modify previously submitted offers or contracts, provided any changes are communicated before the specified deadline. Notably, the amendment includes updates to the Schedule of Rates to correct any previously locked cells and adds attachments relevant to the solicitation. Key personnel involved include the contracting officer, who is responsible for overseeing the amendment process. The overall objective of this document is to ensure transparency and compliance in the procurement process, enabling effective communication between the government and potential contractors. Compliance with these instructions is essential to avoid potential rejection of offers.
    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.
    The document addresses inquiries related to the Request for Proposal (RFP) HTC71125RRE17 concerning the Ports of Australia. Specifically, it highlights two questions from prospective vendors received on April 14 and April 17, 2025. Vendors requested the separation of Townsville and Gladstone ports into distinct pricing tabs due to their significant distance of over 500 miles, aiming to enhance competitive pricing. The government's response indicated that the RFP was amended to reflect this separation. Additionally, vendors sought clarification on specific charges to be included under line items for each port corporation, pertaining to tariffs and miscellaneous service fees. The government's reply confirmed updates to the Schedule Miscellaneous section to offer clearer definitions of applicable charges, emphasizing the provision of certain services not covered in the overall commodity pricing. This exchange illustrates the government's commitment to refining the RFP process and ensuring vendor responses align with operational needs and competitive pricing strategies for the ports.
    The document comprises a Q&A log related to the RFP for Ports of Australia Services and Related Technical Support (S&RTS). It addresses prospective vendors' inquiries, confirming responses to operational details and clarifications on pricing structures. One query highlights that out-of-pocket expenses in the Scope of Work (SOR) spreadsheet require completion by offerors, whereas another seeks clarity on the pricing for services under the “per each” line item in the SOR. Several responses indicate that GST (10% Goods and Services Tax) applies, yet its inclusion in the pricing structure raised questions for vendors, especially since the US Government is exempt from GST. This document illustrates the government's intention to provide detailed guidance to vendors, ensuring their proposals align with expectations and regulations, while clarifying operational and financial frameworks for service provision in Australian ports.
    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.
    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 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.
    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.
    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.
    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.
    FY25 IDIQ Hopper Dredge Rental
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the FY25 IDIQ Hopper Dredge Rental project, which involves dredging operations for the Mobile District Navigation Projects across Alabama, Mississippi, and Florida. Contractors will be required to provide the necessary equipment, materials, supplies, and manpower to fulfill the dredging requirements, with an estimated project cost ranging from $25 million to $100 million. This opportunity is open on an unrestricted basis, with a size standard for small businesses set at $37 million in average annual receipts over the past three years. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) for solicitation documents, which are expected to be available around September 5, 2025. For further inquiries, potential bidders can contact Terri Adams at terri.m.adams@usace.army.mil or by phone at 251-441-6500.
    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.
    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.
    Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging wit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. This procurement aims to secure fully operated dredging services, including the necessary plant and personnel, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. The contract, valued at a combined capacity of $99.5 million, will be awarded as Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with individual task orders estimated between $5 million and $10 million. Interested vendors should register on the Interested Vendors List at https://sam.gov/ and are encouraged to monitor the Contract Opportunities Website for updates, as the solicitation is expected to be issued in January 2026, with proposals due in February 2026. For further inquiries, contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
    L019 - Safe Haven lay/docking services.
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dry-dock repair services for the USCG Station Apra Harbor (45762) RB-M, located in Santa Rita, Guam. The procurement aims to identify sources capable of fulfilling the agency's requirements for a firm-fixed-price contract with an anticipated performance period of 91 calendar days in FY26. This opportunity is critical for maintaining the operational readiness of the vessel, which has geographical restrictions limiting transit to within 320 nautical miles of its station, although contractors outside this range may still be considered with additional cost factors. Interested parties must submit their qualifications, including company details and past performance, by December 19, 2025, to Regina Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil.