Stevedoring and Related Terminal Services, Port of Philadelphia
ID: TRANSCOM25R014Type: Sources Sought
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 United States Transportation Command (USTRANSCOM), is seeking qualified contractors to provide Stevedoring and Related Terminal Services (S&RTS) at the Port of Philadelphia, specifically at the Packer Avenue Marine Terminal and Tioga Terminals. The procurement aims to ensure efficient handling of U.S. military cargo as part of the Defense Transportation System (DTS), with operations potentially running 24/7 to support both import and export activities. This opportunity is critical for maintaining logistical support for military operations, emphasizing safety, efficiency, and customer service. Interested parties must respond to the Request for Information (RFI) by May 6, 2025, and can submit questions until April 29, 2025; for further inquiries, contact Melissa Romagno at melissa.s.romagno.civ@mail.mil or Cassandra Range at cassandra.a.range.civ@mail.mil.

    Files
    Title
    Posted
    The United States Transportation Command (USTRANSCOM) issued a Request for Information (RFI) for Stevedoring and Related Terminal Services at the Port of Philadelphia, intended for planning and market research only, not for proposal solicitation. USTRANSCOM aims to gather insights from both large and small businesses to inform their acquisition strategy for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract beginning March 15, 2026. Interested parties must respond electronically by May 6, 2025, and can submit questions until April 29, 2025. The required services include comprehensive cargo handling for U.S. Defense Transportation, with potential 24/7 operations at Packer Avenue Marine Terminal and Tioga Terminals. Participants are encouraged to provide information about their capabilities, company size, and existing contract vehicles, while considering innovations and advancements in their submissions. USTRANSCOM emphasizes the importance of small business involvement in this project and will treat all proprietary information confidentially.
    The document is an Information Sheet related to a Request for Proposal (RFP) for Stevedoring and Related Terminal Services in Philadelphia, PA, under TRANSCOM25R014. The primary purpose is to collect essential company information from potential bidders, including identity details, CAGE/NCAGE and DUNS numbers, and SAM registration status by May 6, 2025. Companies must also indicate their size and ownership status, such as small business or veteran-owned. A specific focus is placed on the limitations for subcontracting, particularly for small business contracts, as stated in FAR clause 52.219-14, which limits subcontract expenditures to 50% of the contract amount to similarly situated entities. The document requires acknowledgment of this limitation and seeks information about any required local sources for work outside the U.S. This RFP supports federal government procurement objectives, emphasizing compliance with regulations while enabling equitable opportunities for small businesses in federal contracting.
    The Market Research Survey from TRANSCOM25R014 focuses on gathering information from potential contractors capable of providing Stevedoring and Related Terminal Services (S&RTS) at the Port of Philadelphia. It seeks to determine if companies are registered agents, can fulfill all services as primes or subcontractors, and possess experience with foreign contracts compliant with local regulations. The survey inquires about contractors’ ability to meet performance productivity levels, preferred pricing methods, and previous similar project experiences. Additionally, it asks about operational readiness post-contract award, any governmental access concerns, and SAM registration compliance. Offerors are encouraged to voice questions or potential barriers affecting proposal submissions. This survey is integral for assessing contractor capabilities and guiding the acquisition process for federal services related to maritime operations.
    The document outlines the Performance Work Statement (PWS) for stevedoring and related terminal services at the Packer Avenue Marine Terminal and Tioga Terminals in Philadelphia, developed by the Military Surface Deployment and Distribution Command (MSDDC). The primary function is to handle U.S. military cargo, ensuring safe and efficient operations for imports and exports as part of the Defense Transportation System (DTS). Key elements of the contract include general security and safety requirements, contractor responsibilities, and the need for compliance with U.S. Government guidelines. The contractor must provide sufficient equipment and skilled personnel for operations, operational 24/7, and manage cargo effectively while adhering to strict safety protocols. It emphasizes the need for thorough background checks for employees, strict operational security, and an established protocol to report incidents affecting cargo handling. Additionally, the document specifies the payment structure, including commodity rates and provisions for out-of-pocket expenses. The overall intent is to secure a reliable service provider capable of supporting military and logistical needs, ensuring compliance with various safety and operational standards stipulated by the U.S. Government.
    Lifecycle
    Title
    Type
    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.
    Maintenance Dredging, Delaware River, Philadelphia to Sea and Wilmington Harbor FY26
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking information from qualified contractors for a maintenance dredging project along the Delaware River, extending from Philadelphia to the sea, as well as Wilmington Harbor for fiscal year 2026. The project involves the dredging of approximately 3.2 million cubic yards of sediment from the main navigation channel and an additional 420,000 cubic yards from Wilmington Harbor, with the dredged material to be disposed of in designated areas. This maintenance dredging is crucial for ensuring navigational safety and efficiency in these waterways, with an estimated project value between $25 million and $100 million and a performance period of 240 calendar days. Interested contractors are encouraged to submit their responses by 1:00 PM Eastern Time on December 19, 2025, to Eric Leach and Connor Struckmeyer via email, including specific project experience and qualifications as outlined in the notice.
    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.
    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.
    Lay Berthing Services for Long-Term Safe Lay Berth for Ro/Ro CAPE R Vessels
    Transportation, Department Of
    The U.S. Department of Transportation's Maritime Administration (MARAD) is seeking capable sources for lay berthing services for two Ro/Ro CAPE R vessels, specifically the MV CAPE RISE and MV CAPE RACE, on the U.S. East Coast. The procurement aims to establish exclusive-use, long-term safe lay berth capabilities that include secure berthing, continuous access, and pier-side maintenance support, while ensuring compliance with environmental regulations. This requirement is critical for maintaining the readiness of MARAD's Ready Reserve Force vessels, which are essential for rapid Department of Defense (DoD) sealift missions. Interested parties must submit capability statements by December 15, 2025, to Henry H. Puppe at henry.puppe@dot.gov, with the potential for a small business set-aside based on responses received.
    TUGCON; Jones Act; Open-Ocean Tow
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to charter a U.S. flag, Jones Act compliant, ocean-certified tugboat. The primary objective is to tow a decommissioned Guided Missile Cruiser from Naval Station Norfolk, VA, to the Naval Inactive Ship Maintenance Facility in Philadelphia, PA, by February 13, 2026, with proposals due by December 18, 2025, at 1100 Eastern Time. This contract is a Total Small Business Set-aside under NAICS Code 483111, emphasizing the need for sufficient bollard pull, endurance for the entire voyage, and communication capabilities, alongside the requirement for an Independent Marine Surveyor for oversight. Interested parties can reach out to Matthew Price at matthew.r.price40.civ@us.navy.mil or 757-341-3348 for further details.
    Presolicitation Notice for Subsistence Prime Vendor Support for Mexico
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking information from vendors regarding the provision of fresh fruits and vegetables to military and federally funded customers at various ports in Mexico, including Huatulco, Manzanillo, Puerto Vallarta, and Tiapas-Tapachula. This Request for Information (RFI) aims to gather insights on vendors' operational capabilities, including their ability to manage an estimated annual contract value of $350,000, and to understand their logistics, food distribution capabilities, and concerns related to the supply of fresh produce in the specified areas. Interested vendors are encouraged to respond by December 29, 2025, and should direct their inquiries to Michael Agovino at MICHAEL.AGOVINO@DLA.MIL or Steven Bogrette at steven.bogrette@dla.mil, as the government will not compensate for any information provided in response to this RFI.
    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.
    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.
    Sources Sought Notice- Layberthing Services for Long-Term Safe Layberth for Ro/Ro Cape H Vessels
    Transportation, Department Of
    The Department of Transportation's Maritime Administration (MARAD) is conducting a Sources Sought Notice to identify potential providers for Layberthing Services for three Roll-on/Roll-off (Ro/Ro) vessels: MV Cape Henry, MV Cape Horn, and MV Cape Hudson, located on the U.S. West Coast. The requirement includes continuous, secure, and safe exclusive-use lay berthing, along with pier-side maintenance, utilities, and adherence to environmental compliance, ideally situated near support infrastructure. This opportunity is crucial for ensuring the operational readiness and maintenance of these vessels, which play a significant role in maritime logistics. Interested parties must submit capability statements by December 17, 2025, at 4:30 PM EST to Lisa Miles at lisa.miles@dot.gov, detailing their qualifications and experience, as this notice is part of MARAD's market research and does not constitute a solicitation for proposals or bids.