Qatar S&RTS
ID: HTC711-25-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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for Stevedoring and Related Terminal Services (S&RTS) at the Port of Hamad, Qatar, under RFP HTC71125RR012. It details the responsibilities of the contractor in managing U.S. Department of Defense (DOD) cargo operations, ensuring compliance with security and safety regulations while performing around-the-clock services. Key tasks include loading and unloading cargo, managing storage and transportation logistics, and fulfilling documentation requirements linked to cargo movement. The PWS specifies stringent security measures for personnel, requiring thorough vetting in alignment with U.S. government standards, while emphasizing adherence to safety protocols and accident reporting procedures. Additionally, the contractor must ensure appropriate licensing and permits to operate within Qatar, manage multiple work sites, and address any operational challenges promptly. Financially, the contractor is accountable for various expenses, including port tariffs and VAT, with reimbursements structured to ensure compliance with U.S. government regulations. This document serves as a blueprint for achieving effective military logistics operations, demonstrating the importance of streamlined processes and safety compliance in the provision of terminal services.
    The document is a Request for Proposal (RFP) covering stevedoring and related terminal services at the Ports of Qatar for a period from September 21, 2025, with a potential six-month extension. It outlines a five-year financial plan with an estimated total value of $231,000, and a ceiling total of $57,750, leading to a cumulative anticipated cost of $288,750. The RFP details the required operational activities, including loading and discharging various types of cargo, intra-port transfers, equipment rental, and labor provisions. The structure of the document includes specific schedules that categorize costs associated with different services, labor types, equipment rental, and additional logistical support. Each section is designed to capture the essential cost elements related to the services provided, ensuring that all operational aspects are covered. Additionally, various units of measurement (e.g., MTON, HR, DAY) are defined for clarity in billing and service execution. Overall, the RFP highlights the government's initiative to procure efficient port operations while ensuring transparency in cost estimation and procedural requirements, emphasizing adherence to regulatory standards and safety protocols pertaining to cargo operations, particularly for hazardous materials.
    The RFP HTC71125RR012 outlines requirements for a contractor's plan to ensure continuity of essential services during crises, in accordance with DFARS regulations. Offerors must submit a comprehensive written plan detailing how essential contractor services will be maintained during emergencies, such as pandemics or other prolonged events. Key components of the plan must include strategies for acquiring essential personnel and resources, addressing challenges related to operations, and establishing timelines for personnel availability. Additionally, the contractor should outline processes for personnel preparedness, mobilization procedures, and communication of roles and responsibilities during crises. The document emphasizes the need for specificity in supporting particular ports, aiming to guarantee uninterrupted operations during adverse conditions while ensuring compliance with federal guidelines. Overall, this RFP underscores the federal government's commitment to resilience in contractor operations amidst unforeseen circumstances.
    The document is an attachment for Request for Quote (RFQ) HTC71125RR012 regarding Stevedoring & Related Terminal Services in Qatar, covering a performance period from September 21, 2025, to September 20, 2030. It outlines essential information and compliance requirements that participating companies must complete, including their business identification details and points of contact. Key compliance documents include representations and certifications relative to various federal regulations such as FAR and DFARS clauses, specifically addressing issues like telecommunications and trafficking in persons. Furthermore, it mandates contractors to submit a Technical Worksheet, Schedule of Rates, and essential contractor services plans that meet strict requirements and deadlines. The RFQ emphasizes the necessity for all offerors to be active in the System for Award Management (SAM) and to adhere to specific pricing, reporting, and documentation standards outlined in the attachment. The structured approach reinforces the importance of compliance with regulations to ensure quality service delivery, safety, and adherence to contractual obligations in federal procurement processes. Overall, the document serves as a critical guideline for potential contractors to understand and fulfill the obligations required for successful proposal submission.
    The RFP HTC71125RR012 requires proposal submissions that demonstrate a contractor's capability to fulfill the government's port support needs as outlined in the Performance Work Statement (PWS). The Technical Worksheet Questionnaire mandates that Offerors provide detailed responses, specifically addressing labor qualifications for flexible operations, technical equipment requirements for cargo handling, and compliance with HAZMAT certifications and port access protocols. Offerors must present their methodologies rather than merely restating government requirements, ensuring clarity in how they will achieve tasks. The evaluation will be based on whether responses meet acceptable standards, with any “unacceptable” rating resulting in disqualification. This document emphasizes the importance of thorough and well-supported proposals to ensure that the Offeror can effectively manage operations in diverse conditions and maintain compliance with regulatory standards relevant to the project.
    The document outlines the terms and conditions for Solicitation Number HTC71125RR012, which focuses on providing Stevedoring and Related Terminal Services (S&RTS) in Qatar for the U.S. government. The contract will span a five-year ordering period from September 21, 2025, to September 20, 2030, with a minimum order value of $2,500 for the first year. Provisions include options for contract extensions and billing according to predetermined rates. The document specifies various clauses incorporated by reference from the Federal Acquisition Regulation (FAR), governing areas such as inspection, payment terms, and contractor obligations. Emphasis is placed on safeguarding government information and adhering to compliance with federal laws, particularly regarding small business participation and ethical conduct. The overall intent is to ensure effective management and delivery of required services while maintaining government interests and contractor accountability throughout the contract duration.
    The document is an amendment to a solicitation and modification of a government contract issued by USTRANSCOM. The primary purpose is to remove a specific clause related to transportation by sea (DFARS 252.247-7002) from the solicitation's instructions for offerors regarding commercial products and services. The amendment confirms that all other terms and conditions remain unchanged and specifies that offers must be acknowledged by a stipulated deadline. Key instructions for proposal submission are included, such as a minimum proposal acceptance period of 180 days, submission requirements, and a page limit for technical worksheets. The proposal due date is set for March 4, 2025, with detailed guidelines for formatting and submission via email. To be considered compliant, proposals must include specific contract documentation, a technical worksheet with a 15-page limit, and a price proposal in a designated spreadsheet format. The amendment also outlines formal communication protocols and requirements for representations and certifications. Overall, this document facilitates clarity and compliance in the contractor proposal process for a federal RFP, reinforcing governmental protocols for procurement and contract management.
    The document addresses a query from a prospective vendor regarding the specific Defense Federal Acquisition Regulation Supplement (DFARS) clause in a Request for Proposal (RFP) related to a project, identified as HTC71125RR012 for Qatar S&RTS. The vendor inquired whether the DFARS clause 252.247-7002 should be replaced or removed from the instructions provided in the RFP. In response, the government confirmed that they have amended the RFP by removing the specified DFARS clause from the Addendum to FAR 52.212-1 Instructions to Offerors. This interaction illustrates the ongoing communication and clarification process between vendors and government entities in federal procurement, ensuring clarity in contractual obligations. The RFP amendment implies a commitment from the government to provide accurate guidance to potential bidders, aimed at facilitating a smoother bidding process and compliance with regulations.
    The United States Transportation Command (USTRANSCOM) has released a solicitation for Stevedoring and Related Terminal Services (S&RTS) in Qatar, designated by solicitation number HTC71125RR012. This contract will be awarded as an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement with a five-year ordering period, running from September 21, 2025, to September 20, 2030. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) methodology, and all compliant proposals will be considered by the agency. The solicitation will be available on SAM.gov starting February 4, 2025, and no hard copies will be provided. The acquisition process follows FAR Part 15 for Contracting by Negotiation and FAR Part 12 for the Acquisition of Commercial Items. Interested parties may contact Contract Specialists Connor Breyer or Douglas Otten for further information. This solicitation serves to ensure the government receives necessary terminal services while adhering to competitive bidding standards in accordance with federal requirements.
    Lifecycle
    Title
    Type
    Qatar S&RTS
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    Port of Gulfport S&RTS
    Buyer not available
    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.
    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 various ports in Southern California, including Port Hueneme, Port of San Diego, and North Island. The contract, designated as HTC71125RR003, will cover a performance period from May 1, 2025, to April 30, 2030, and aims to ensure efficient management of military cargo operations, including vessel loading, unloading, and cargo management, while adhering to strict safety and security protocols. This procurement is critical for maintaining the operational integrity of the U.S. military's supply chain and emphasizes the importance of compliance with federal regulations, particularly for small businesses, including service-disabled veteran-owned and women-owned entities. Interested contractors should contact Anthony J. Laudano at anthony.j.laudano.civ@mail.mil or 618-817-9380 for further details, and must ensure their proposals are submitted by the specified deadlines outlined in the solicitation documents.
    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 U.S. Transportation Command (USTRANSCOM) is seeking sources to provide Stevedoring and Related Terminal Services (S&RTS) at the Port of Livorno and Tombolo Dock in Italy, aimed at supporting the import and export of Defense Transportation System (DTS) cargo. The procurement requires contractors to demonstrate their capabilities in cargo handling, vessel and terminal operations, and compliance with U.S. safety and security standards, with a focus on continuous 24/7 operations and rigorous training protocols. This opportunity is critical for ensuring efficient logistical support for U.S. military operations, with current contracts set to expire in late 2025, prompting the need for timely responses from interested parties. Companies must submit their responses by February 19, 2025, and can direct inquiries to 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.
    30-Day Dry Cargo Time Charter
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command Norfolk, is soliciting proposals for a 30-Day Dry Cargo Time Charter to support transportation requirements for military cargo and hazardous materials. The contract, following FAR 13.5 procedures, requires a self-sustaining vessel capable of carrying 23 TEUs and maintaining a minimum speed of 13 knots, with delivery and redelivery locations in Charleston, South Carolina, and Gabès, Tunisia, respectively. This initiative underscores the government's commitment to enhancing strategic transportation capabilities while ensuring compliance with federal regulations regarding hazardous cargo handling. Proposals must be submitted via email by February 19, 2025, and interested parties can contact Tiffany Gallon at tiffany.n.gallon.civ@us.navy.mil or Michelle D. James at michelle.d.james7.civ@us.navy.mil for further information.
    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.
    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.
    Methods for Accelerated Custom Clearances for Global Distribution of DoD Cargo
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking information from qualified vendors regarding methods for accelerated custom clearances to facilitate the global distribution of DoD cargo. The objective of this procurement is to identify innovative solutions that can streamline the customs clearance process, thereby enhancing the efficiency and effectiveness of cargo distribution operations. This initiative is critical for ensuring timely delivery of essential goods and materials to support military operations worldwide. Interested parties are encouraged to reach out to Mark Surina at transcom.scott.tcj5j4.mbx.orta@mail.mil for further details and to express their interest in this sources sought notice.
    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.