Port of Gulfport S&RTS
ID: HTC711-24-R-R012Type: 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 soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Stevedoring and Related Terminal Services (S&RTS) at the Port of Gulfport, Mississippi, from June 1, 2025, to May 31, 2030, with an option for a six-month extension. Contractors will be responsible for loading and unloading military cargo, managing terminal operations, and ensuring compliance with safety and security protocols, while adhering to various federal regulations and guidelines. This contract is crucial for supporting U.S. military logistics and operational readiness, emphasizing opportunities for small businesses and service-disabled veteran-owned enterprises. Interested parties should contact Casey D. Schuette at casey.d.schuette.civ@mail.mil or Douglas Otten at douglas.d.otten.civ@mail.mil, with proposals due by March 17, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The RFP HTC711-24-R-R012 outlines the Performance Work Statement for providing Stevedoring and Related Terminal Services (S&RTS) at the Port of Gulfport, Mississippi. This contract, managed by the Military Surface Deployment and Distribution Command (MSDDC), includes comprehensive responsibilities for loading, unloading, and managing military cargo facilities, specifically supporting U.S. Department of Defense operations. Key services include the handling of diverse cargo types, personnel management, safety and security compliance, and necessary equipment provision. The document emphasizes worker safety, requiring contractors to enforce safety protocols and maintain certification for equipment operators. Detailed procedures for accident reporting, contract administration, and security measures, including personnel vetting and compliance with federal regulations, are specified. Contractors must acquire relevant permits and licenses and participate in regular reporting and inventory checks with government oversight. The main purpose of this RFP is to establish clear expectations and requirements to ensure effective and secure cargo handling by contractors supporting military operations, reflecting the government's commitment to safety, efficiency, and regulatory compliance in logistical operations.
    The RFP HTC711-24-R-R012 outlines the requirements for stevedoring and related terminal services at the Port of Gulfport, Mississippi, primarily for the Military Surface Deployment and Distribution Command (MSDDC). The document includes a comprehensive performance work statement (PWS) detailing the scope of services, which covers loading and unloading military cargo, managing terminal operations, and ensuring safety and security compliance. Key responsibilities for contractors include obtaining necessary permits, ensuring personnel security, conducting safety monitoring, and providing equipment and qualified labor for various operations. The contractor is responsible for adhering to strict safety protocols and must provide comprehensive accident reporting as well as maintain accurate timekeeping for labor and operations conducted under the contract. The structure of the document is organized into sections covering background, security, safety requirements, contract administration, and specific terminal instructions, allowing for clarity in contractor expectations and government oversight. This RFP serves as a critical framework for contractors seeking to provide essential logistical support to U.S. military operations, ensuring compliance with government regulations and maintaining operational readiness.
    The government file outlines the working hours and operational details for a contract with the 842nd Transportation Battalion at the Port of Gulfport. It specifies shift hours for day, night, and overtime, along with various units of measure relevant to the contract pricing—including Measurement Tons, Hours, Days, and various commodities used for loading and unloading vessels, rail, and trucks. The document includes financial forecasts for five years, projecting a total evaluated value of approximately $258,878.43, which reflects a 5% annual escalation, leading to an overall ceiling total of $323,598.03. Relevant labor rates, equipment rentals, and handling procedures for a variety of cargo types are also defined, emphasizing the critical role of stevedoring and terminal services. The document's structure includes regulatory references, schedule categories, and specific pricing for different operational functions, indicating its purpose as a comprehensive guide for the execution of shipping and transport logistics necessary for federal operations at the port. This meticulous detailing ensures adherence to guidelines in fulfillment of government RFPs and grants.
    The document outlines the operational parameters and financial projections related to stevedoring and terminal services for the Port of Gulfport over a five-year contract, with a potential six-month extension. The shift hours for operations are established, indicating the structure of working hours, normal meal breaks, and potential changes based on mission requirements. Financial estimates reveal a consistent yearly charge of $42,000, leading to a total anticipated cost of $231,000 for the five-year period, plus an estimated ceiling increase bringing the total to approximately $288,750. The detailed commodity schedules outline various loading and discharge processes for different cargo types, including vehicles, containers, and breakbulk. It also addresses equipment rental and miscellaneous services crucial for port operations. The document emphasizes the operational workflow while ensuring adherence to government regulations for logistics and procurement in federal and state contexts, reflecting the need for compliance and efficiency in managing port logistics and terminal activities.
    The document outlines the requirements for contractors responding to Request for Proposal HTC71124RR012, specifically addressing their strategies for maintaining essential services during crises as per DFARS 252.237-7024. Offerors must submit a detailed plan that includes how they will secure essential personnel and resources for continuity of operations for up to 30 days or until normal functions resume. The plan should identify challenges unique to extended events—like pandemics—and cover the timeline for acquiring necessary personnel and resources. Additionally, it should specify training and preparedness for personnel, establish procedures for alerting essential staff, and define clear communication of roles and responsibilities for contractors during crises. The guidelines stress the importance of a tailored approach for supporting the operations at specific ports to ensure effective continuity during interruptions, underscoring the need for detailed and actionable crisis management plans.
    The document outlines a Request for Proposal (RFP) related to Stevedoring & Related Terminal Services (S&RTS) in Gulfport, MS, with a performance period from June 1, 2025, to May 31, 2030. It includes essential submission details for prospective contractors, emphasizing the need for compliance with various federal regulations. Key sections require documentation such as company information, NAICS code 488320, representation regarding responsibility matters, and completion of various forms, including SF 1449 and SF 30. Government contacts are listed for inquiries, and action items ensure that proposers meet criteria linked to contractor services plans and technical worksheets, all designed to support a structured proposal evaluation process. Proposals must provide detailed price schedules free of formulas and adhere to guidelines regarding representations and certifications in order to be deemed responsive. The document emphasizes the importance of registration in the System for Award Management (SAM) prior to submission and includes provisions for small business subcontracting plans. Overall, the document serves as a comprehensive guideline for prospective contractors to navigate the RFP process while ensuring compliance with government regulations and requirements.
    The RFP HTC711-24-R-R012 outlines requirements for stevedoring and related terminal services at the Port of Gulfport, Mississippi. Offerors must demonstrate their capability to provide comprehensive services including loading, discharging, and managing cargo across multiple worksites. Key submission guidelines require that responses not simply paraphrase the performance work statement but offer detailed plans addressing personnel management, equipment utilization, and operational efficiency during various cargo operations (e.g., vessel, truck, and rail). The worksheet evaluates several critical areas including labor force capabilities, material handling equipment use, maintenance support for military vehicles, and administrative reconciliation processes. Additionally, specific emphasis is placed on addressing potential personnel shortages and maintaining operational standards without government supplement. The document also mandates detailed descriptions of the handling of sensitive cargo and the provision of security measures. Ultimately, the successful proposal will be evaluated solely based on the information provided in the worksheet, emphasizing the importance of thorough and precise responses to each outlined requirement.
    The document outlines the requirements for a Small Business Subcontracting Plan as mandated by USTRANSCOM under RFP HTC71124RR012. It provides a template to assist large businesses in complying with federal guidelines for subcontracting, particularly emphasizing compliance with FAR 52.219-9 and DFARS 252.219-7003. Key types of subcontracting plans, such as Commercial, Comprehensive, Individual, and Master plans, are defined along with their respective applicability and requirements. The plan must include specific subcontracting goals supporting small businesses across various categories, including veteran-owned and women-owned firms, detailing estimated dollar amounts and percentages for each. Contractors must report their actual subcontracting achievements and maintain records demonstrating compliance with the established goals. The document also emphasizes good faith efforts in providing equitable opportunities for small business participation and assures proper reporting and communication regarding subcontracting activities. Subcontracting plans must be reviewed and approved before contract award, ensuring adherence to federal regulations. Overall, the purpose of this template is to enhance subcontracting opportunities for small businesses while ensuring transparency and accountability in the subcontracting process.
    The ILA-USMX Joint Statement announces a tentative agreement between the International Longshoremen's Association (ILA) and the United States Maritime Alliance (USMX) to extend their Master Contract until January 15, 2025. This extension allows further negotiations on outstanding issues while confirming immediate cessation of job actions and the resumption of all contracted work. The Master Contract, originally effective from October 1, 2018, outlines comprehensive terms governing wages, working hours, employee benefits, and the jurisdiction of various crafts such as longshoremen and clerks across East and Gulf Coast ports. Key provisions include specified wage increases over the contract's term, a comprehensive drug and alcohol policy, and protocols for technology implementation that preserves workforce protections. A significant aspect of the agreement is the establishment of a Container Royalty Central Collection Fund to manage royalty payments essential for employee welfare benefits. Throughout, the document emphasizes collaboration between management and labor to secure fair labor practices while addressing modernization and jurisdictional defenses against outsourcing. This joint effort highlights the importance of maintaining local workforce integrity within the maritime industry.
    This document outlines the Government Furnished Equipment (GFE) list for Request for Proposal HTC711-24-R-R012, focused on Stevedoring and Related Terminal Services (S&RTS) at the Port of Gulfport, MS. It provides the necessary points of contact within the government, including Contracting Officer Kelsy Burris and Contract Specialists Doug Otten and Casey Schuette, all based at Scott AFB, IL. The primary item listed is the provision of nine tow bars, essential equipment for the operations specified in the RFP. This concise equipment listing serves as a reference for potential bidders outlining the resources available from the government to facilitate terminal services at the specified port, ensuring clarity about what is provided as part of the contractual agreement. The document exemplifies standard practices in government procurement by clearly delineating responsibilities and points of communication, which are vital for the successful execution of federal contracts.
    The document outlines a Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on providing Stevedoring and Related Terminal Services (S&RTS) at Gulfport from June 1, 2025, to May 31, 2030, with an option for a six-month extension. The minimum order value is set at $2,500 for the initial 12 months, with a maximum contract ceiling defined as the total award amount plus a 25% increase. Additionally, the RFP specifies billing guidelines according to the attached Schedule of Rates and Instruction documents. Key sections include contract clauses and terms which require compliance with various Federal Acquisition Regulation (FAR) provisions that govern aspects such as inspection and acceptance, contract modifications, and payment procedures. Various stipulations ensure adherence to regulations concerning small businesses, labor standards, and environmental safeguards. This solicitation emphasizes the government's commitment to utilizing different business enterprise types, highlighting opportunities for small businesses and service-disabled veteran-owned enterprises. The structure ensures legal compliance and provides procedural clarity for contractors involved in government contracts.
    This document is an amendment to a government solicitation, specifically changing the due date for proposal submissions under FAR 52.212-1 from January 27, 2025, to February 18, 2025. The amendment details the requirements for proposals, which must be submitted electronically, formatted in specific fonts and page sizes, and contain various parts including a Contract Documentation section, a Technical Worksheet, and a Price Proposal. Important instructions include mandatory registration in SAM.gov, completion of various forms, and a detailed breakdown of costs which should be linked to the proposed commodity rates. The solicitation emphasizes clear communication with specified points of contact via written methods only, underlining the importance of following the outlined proposal submission process. This amendment serves to ensure compliance and proper procedure for potential contractors seeking to fulfill government contract requirements, reflecting the structured and regulated nature of federal RFPs.
    This document is an amendment to a solicitation regarding a federal contract, specifically updating the Performance Work Statement (PWS) and Schedule of Rates. Key changes include the replacement of outdated attachments with revised versions and extending the proposal submission deadline from February 18, 2025, to March 17, 2025. The amendment details specific adjustments to the proposal submission instructions under FAR 52.212-1, emphasizing the requirement for compliant proposals to include contract documentation, technical worksheets, and price proposals which must be submitted electronically in specified formats. Furthermore, the government indicates its intention to award a single contract and outlines the necessary compliance for bidders, including registration in SAM.gov and completion of required forms and certifications. All communications regarding the RFP must occur in writing via provided email addresses, ensuring a structured approach to inquiries and submissions. This amendment aims to facilitate compliance and clarity in the proposal process, reinforcing the government's commitment to effective contract management in the acquisition of commercial products and services.
    The document addresses questions related to the Request for Proposals (RFP) HTC71124RR012 for Gulfport S&RTS. It includes two inquiries received from prospective vendors, along with the government's responses. The first question concerns the due date for the Q&A submissions, which the government confirms as January 17, 2025. The second question raises concerns about potential delays in ILA negotiations and their impact on proposal submission dates. The government acknowledges awareness of these negotiations and suggests that they may offer extensions depending on the situation. Vendors can request deadline extensions if they are unable to determine rates due to ongoing discussions. This document illustrates the communication process within federal RFPs, ensuring vendors are informed about timelines and conditions that may affect their submissions.
    The RFP document addresses a question from a prospective vendor regarding a 30-day extension for project submissions. This request stems from ongoing negotiations between the International Longshoremen's Association (ILA) and United States Maritime Alliance (USMX) at the national level. The government acknowledged the request and officially extended the RFP due date from January 27, 2025, to February 18, 2025, at 8:00 AM CST. This change has been documented in the solicitation Q&A log for reference. The response reflects the government's adaptability and responsiveness to external circumstances affecting prospective vendors in the procurement process.
    The document addresses a query regarding the submission process for a government request for proposals (RFP) identified as HTC71124RR012, specifically about the participation of subcontractors. The prospective vendor seeks clarification on whether, as a small business commercial subcontractor, they should complete the Technical Worksheet Evaluation Questions as part of their proposal. The government response outlines that subcontractors typically do not submit proposals directly to the government; instead, they submit proposals to prime contractors. It emphasizes that the Federal Acquisition Regulation (FAR) primarily anticipates proposals from prime contractors, who may then contract out portions of the work. The government reiterates that for the specific RFP in question, subcontractors should only submit documents to a prime contractor, while the complete proposal package must be directed to the government by the prime contractor. Additionally, the government confirms that no amendment to the RFP is necessary. This exchange clarifies the roles of prime and subcontractors in the RFP process, ensuring that all parties understand the submission protocols within the constraints of federal procurement regulations.
    The document outlines responses to inquiries regarding the Gulfport S&RTS solicitation (HTC71124RR012) dated January 16, 2025. It addresses various aspects of the Request for Proposals (RFP) concerning labor wage escalations, procurement procedures, cost data reporting, and equipment rental rates. Notably, it confirms that labor wage increases beyond 5% require justification, and three written estimates are mandatory for additional services, subject to case-by-case exceptions. The government acknowledges meal hours paid at higher rates per collective bargaining agreements and specifies that crane rentals will be reimbursed as out-of-pocket expenses. Furthermore, the document clarifies that staging space management is not charged separately, as it is included in commodity rates, and that the government retains responsibility for tariff charges during the contract. An extension for proposal submission was granted due to delays in finalizing the USMX ILA Master Contract, ensuring vendors have adequate time for preparation. This information serves crucial for potential vendors to align their proposals with government expectations and contract stipulations.
    This document is a solicitation Q&A log for the Request for Quotes (RFQ) HT71124RR012 related to portable fencing. On February 7, 2025, a prospective vendor inquired if the required 300 meters of portable fencing refers to a 75m x 75m square layout. In response, dated February 11, 2025, the government clarified that the specified 300 meters is an estimated quantity for pricing purposes and may vary in actual use. The fencing specification details state it should be chain link, at least three meters tall, with optional barb wire on top, contingent on requirements. The document also indicates that there are no amendments to the RFQ as a result of this inquiry. The exchange illustrates the government's intention to provide clear guidance on expectations while allowing flexibility in vendor proposals.
    The United States Transportation Command (USTRANSCOM) is preparing to issue a solicitation for Stevedoring and Related Terminal Services (S&RTS) in Gulfport, MS, under the solicitation number HTC71124RR012. This procurement will establish a single, fixed-rate Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five-year ordering period, running from June 1, 2025, to May 31, 2030, with an option for a six-month extension. The acquisition process will adhere to FAR Part 15 for Contracting by Negotiation and FAR Part 12 for Acquisition of Commercial Items, evaluating proposals based on the Lowest Price Technically Acceptable (LPTA) standard. Interested parties can expect the Request for Proposal (RFP) to be publicly available on SAM.gov around November 25, 2024. Communication for inquiries is directed to several contract specialists, with an emphasis on providing all responsible sources the opportunity to submit proposals for consideration.
    Lifecycle
    Title
    Type
    Port of Gulfport S&RTS
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    Qatar S&RTS
    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) at the Ports of Qatar, with the contract set to commence on September 21, 2025, and extend through September 20, 2030. The procurement aims to ensure efficient management of U.S. Department of Defense cargo operations, including loading, unloading, and logistical support, while adhering to stringent safety and security regulations. This contract is critical for maintaining operational readiness and supporting military logistics in the region, with an estimated total value of $288,750 over the five-year period. Interested contractors must submit their proposals by March 4, 2025, and can direct inquiries to Connor N. Breyer at connor.n.breyer.civ@mail.mil or Douglas Otten at douglas.d.otten.civ@mail.mil.
    S&RTS Ports of Southern California (SOCAL)
    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) at military ports in Southern California, specifically at Naval Base Ventura County, Port Hueneme, San Diego, and Naval Air Station North Island. The contract, identified as HTC71125RR003, will cover a performance period from May 1, 2025, to April 30, 2030, and aims to ensure efficient handling of military cargo, including containers, vehicles, and aircraft, while adhering to best commercial practices and strict safety regulations. This procurement is critical for maintaining operational logistics support for military operations, emphasizing compliance with federal standards and the inclusion of small businesses, particularly service-disabled veteran-owned and women-owned enterprises. Interested contractors must submit their proposals by March 10, 2025, and can direct inquiries to Anthony J. Laudano at anthony.j.laudano.civ@mail.mil or Neil Huegen at neil.c.huegen.civ@mail.mil.
    S&RTS Ports of Hiroshima/West Japan
    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) at the Ports of Hiroshima and West Japan, with a contract period from April 1, 2025, to March 31, 2030. The procurement aims to ensure efficient handling of Defense Transportation System (DTS) sponsored cargo, encompassing a wide range of tasks such as cargo receipt, staging, warehousing, and processing for simultaneous shipments, all while adhering to best commercial practices and compliance with safety and security regulations. This contract is critical for supporting military operations and maintaining operational readiness in the region. Interested contractors should prepare their proposals in accordance with the detailed requirements outlined in the Performance Work Statement (PWS) and related documents, with a minimum contract value of $2,500 and a maximum value subject to task orders. For further inquiries, potential bidders can contact Kenneth A. Smith at kenneth.a.smith439.civ@mail.mil or Captain Jonathan Schnicker at jonathan.l.schnicker.mil@mail.mil.
    S&RTS Livorno & Tombolo Dock
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is seeking information from qualified contractors to provide Stevedoring and Related Terminal Services (S&RTS) at the Port of Livorno and Tombolo Dock in Italy. The primary objective of this procurement is to support the Defense Transportation System (DTS) in the efficient handling of cargo, which is critical for military logistics and operational readiness. Interested parties are invited to respond to the Request for Information (RFI) by March 3, 2025, with questions accepted until February 26, 2025; responses should detail capabilities, company size, and relevant experience, adhering to a five-page limit. For further inquiries, potential respondents may contact Douglas Otten at douglas.d.otten.civ@mail.mil or Katherine Alexander at Katherine.f.alexander.civ@mail.mil.
    Romania S&RTS
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is seeking information from qualified contractors for Stevedoring and Related Terminal Services (S&RTS) at the Port of Constanta, Romania, as part of its market research efforts. The anticipated procurement will involve an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, with a base performance period from December 14, 2025, to December 13, 2030, and an optional six-month extension, aimed at supporting U.S. military operations through efficient cargo handling and logistics services. Interested parties are required to submit an Information Sheet and complete a Market Research Survey by 8:00 A.M. (CDT) on February 27, 2025, to assist USTRANSCOM in determining acquisition strategies. For further inquiries, potential respondents can contact Connor N. Breyer at connor.n.breyer.civ@mail.mil or Kelsy Burris at kelsy.l.burris.civ@mail.mil.
    Vessel Architecture
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is seeking industry insights through a Request for Information (RFI) for a contract focused on vessel architecture, aimed at enhancing the Integrated Computerized Deployment System (ICODES) critical for Department of Defense (DoD) transportation planning. The initiative requires expertise from a Marine Engineering Organization (MEO) to maintain the ICODES vessel library, which is essential for effective load planning during military operations. The contract is set to commence from June 1, 2025, to September 30, 2025, with multiple option periods, and interested firms are encouraged to submit a White Paper detailing their capabilities by March 6, 2025. For further inquiries, Michelle Chon-Knox can be contacted at michelle.g.chon-knox.civ@mail.mil or by phone at 618-817-0994.
    MSC PROFORMAS DECEMBER 2024 (12-24)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for various maritime services, including tugboat, dry cargo, tanker, and passenger charters, effective December 2024. The procurement aims to secure reliable and compliant transportation and logistical support for military operations, emphasizing adherence to federal regulations, safety protocols, and operational readiness. These services are critical for maintaining the efficiency of defense logistics and ensuring the timely movement of military cargo and personnel. Interested contractors can contact Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details and must adhere to the submission guidelines outlined in the associated RFP documents.
    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.
    Scheduled Fuel Barge Transportation in Atlantic Region
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking qualified contractors for scheduled fuel barge transportation services in the Atlantic Region. The procurement aims to ensure reliable and efficient inland water freight transportation of fuel, which is critical for military operations and logistics. The contract will be performed in Fort Belvoir, Virginia, and interested parties can reach out to Stephanie Eckert at stephanie.a.eckert.civ@mail.mil or by phone at 618-817-9487 for further details. The presolicitation notice indicates that the procurement process is underway, and potential bidders should prepare their submissions accordingly.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 1-2025 (OM25001)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Southwest Pass Hopper Dredge Contract Nos. 1-2025, which involves providing a fully crewed and equipped self-propelled trailing suction type hopper dredge for work primarily in the Mississippi River Southwest Pass and potentially in other areas within the New Orleans, Galveston, and Mobile Districts. This dredging project is crucial for maintaining navigable waterways and ensuring the efficient transport of goods, with a construction magnitude estimated between $10 million and $25 million. The solicitation is expected to be issued around December 9, 2024, and interested vendors are encouraged to register as Interested Vendors on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contractors can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.