S&RTS, Pacific Northwest (PNW)
ID: HTC71125RE120Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEUS TRANSPORTATION COMMAND (USTRANSCOM)USTRANSCOM-AQSCOTT AFB, IL, 62225-5357, USA

NAICS

Marine Cargo Handling (488320)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: STEVEDORING (V114)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 5:00 PM UTC
Description

The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) in the Pacific Northwest, specifically at the ports of Tacoma, Everett, Olympia, Grays Harbor, Washington, and Portland, Oregon. The contract, valued at approximately $47 million, aims to facilitate the import and export of Defense Transportation System (DTS) sponsored and non-sponsored cargo, ensuring operations are conducted with a focus on safety, efficiency, and customer service. This procurement is critical for supporting military logistics and operations in the region, with a performance period from August 1, 2025, to July 31, 2030. Interested contractors must submit their proposals by May 5, 2025, and can reach out to Melissa Romagno at melissa.s.romagno.civ@mail.mil or Cassandra A. Range at cassandra.a.range.civ@mail.mil for further inquiries.

Files
Title
Posted
Apr 8, 2025, 5:05 PM UTC
The Performance Work Statement (PWS) outlines the contract for Stevedoring and Related Terminal Services (S&RTS) at key ports in the Pacific Northwest, including Tacoma, Everett, and Portland, necessary for the Military Surface Deployment and Distribution Command. The scope includes handling military cargo such as containers, vehicles, and equipment, ensuring operations align with safety, efficiency, and customer service standards. Contractors must provide all required labor, equipment, and security measures according to U.S. Government regulations. Security guidelines emphasize personnel screening and compliance with access protocols on military bases. Key safety requirements mandate that contractors maintain an effective safety program, provide personal protective gear, and ensure all workers are trained in safety practices. The document also details administrative responsibilities, including contract management, record-keeping for service orders, and compliance with union agreements. It underscores the importance of adhering to timelines for service orders, cancellations, and excess time management. The contractor is responsible for all costs incurred without proper authorization. Overall, the PWS serves to ensure effective cargo management and the provision of stevedoring services to support military operations in the region, highlighting procedural, safety, and operational standards for contractors.
Apr 8, 2025, 5:05 PM UTC
The document outlines the operational framework and cost estimates for stevedoring and related terminal services at various ports in the Pacific Northwest, with specified working hours and unit measurements. It includes detailed information about hourly shifts, including normal, swing, and overtime hours, highlighting that working hours may be adjusted based on operational needs. Cost estimates for five years at five different ports—Tacoma, Everett, Olympia, Grays Harbor, and Portland—are uniformly set at $231,000 per port, totaling $924,000 across all locations, with a potential ceiling amount of $1,155,000. The document also specifies various categories for the loading and discharging of different commodities like containers, vehicles, and breakbulk cargo, alongside the required labor types and rates. This structured approach is essential for ensuring efficient logistics and compliance in government contracts related to port operations and transport services, emphasizing the significance of precise measurement and detailed planning in stevedoring activities. Overall, it reflects the federal government's transparent process for RFPs and grant applications, focusing on operational efficiency and fiscal oversight.
Apr 4, 2025, 2:06 PM UTC
The document outlines the operational parameters and requirements for stevedoring and related terminal services at the Port of Tacoma, with a performance period starting on August 1, 2025 and potentially extending to January 31, 2031. It details work shift hours, unit measurements for various commodities, and a comprehensive list of loading and discharging procedures for different cargo types, including MILVAN containers packed with explosives, aircraft, breakbulk general cargo, and vehicles of various weight classes. Each task is categorized by its loading and discharging method, specifying whether it will utilize port or ship cranes, roll-on/roll-off processes, or specialized equipment like forklifts. The document focuses on establishing operational efficiency, safety, and compliance with government regulations while facilitating smoother cargo handling processes. It highlights the importance of skilled labor, including qualified personnel for various roles such as crane operators, laborers, and foremen, required for successful operations at the port. The comprehensive listing of tasks, equipment, and labor requirements reflects the document's purpose to ensure clarity in the contracting process for potential bidders responding to the RFP.
The document outlines requirements for contractors responding to Request for Proposal HTC71125RE120, particularly focusing on developing a plan for Continuation of Essential Contractor Services during crises. Contractors must provide a detailed strategy that ensures operational continuity for up to 30 days in crisis situations, such as pandemics. Key elements to address in the plan include: acquiring essential personnel and resources, managing challenges during extended disruptions, the timeline for personnel acquisition, the identification and training of personnel for alternative work locations, alert and notification procedures for mobilization, and effective communication of roles and responsibilities to employees. The guidance emphasizes specificity in how contractors will support the required ports to ensure uninterrupted services amid crises, reflecting federal government priorities for resilience in contractor operations.
The document outlines the Request for Proposal (RFP) HTC71125RE120 for Stevedoring & Related Terminal Services (S&RTS) in the Pacific Northwest, with a performance period set from August 1, 2025, to July 31, 2030. Key government contacts include Cassandra A. Range and Melissa S. Romagno at USTRANSCOM. The submission requires detailed company information and compliance with several Federal Acquisition Regulation (FAR) clauses. Proposals must include various action items such as representations and certifications, a technical worksheet, and a price proposal. Offerors must ensure their business information is current in the System for Award Management (SAM) and must follow specific guidelines for representations regarding telecommunications equipment. There are particular requirements for small business subcontracting plans applicable only to large businesses. The document emphasizes completion of all mandatory forms, including the SF 1449 and SF 30, along with essential contractor service plans, to ensure compliance and facilitate the contracting process with the government. This RFP represents the federal government's efforts to secure stevedoring services while adhering to stringent procurement regulations.
Apr 8, 2025, 5:05 PM UTC
The document outlines the submission guidelines for the Request for Proposal (RFP) HTC71125RE120, focusing on the evaluation of technical worksheets by potential contractors. Offerors must ensure their submissions do not exceed 20 pages and must provide substantive responses addressing the Performance Work Statement (PWS) requirements without merely paraphrasing them. The worksheet evaluates the Offeror’s capability in three key areas: Labor, Equipment, and Certifications/Port Access. Offerors must describe their ability to provide qualified labor for 24/7 operations and multiple work sites, secure necessary Material Handling Equipment (MHE) for various cargo types, and provide certifications for handling hazardous materials and valid port access licenses. Each section of the submission will be rated as either ‘Acceptable’ or ‘Unacceptable,’ with any unacceptable ratings leading to disqualification. This structured approach ensures thorough evaluation of a contractor's technical competence to meet the Government’s operational needs as outlined in the PWS, emphasizing the importance of detailed and practical responses for successful proposal submission.
Apr 8, 2025, 5:05 PM UTC
The Small Business Subcontracting Plan template, provided by the U.S. Transportation Command (USTRANSCOM), outlines the requirements for larger businesses to develop a compliant subcontracting strategy that promotes the inclusion of small business concerns in federal contracts. The document defines four types of subcontracting plans: Commercial, Comprehensive, Individual, and Master Plans. It emphasizes the importance of meeting goals for subcontracting with various small business categories, including veteran-owned and women-owned businesses. The plan must detail estimated subcontracting dollars, the methods for determining goals, and ensure equitable opportunities for small businesses. It also calls for maintaining records to track subcontracting achievements and assures compliance with reporting requirements via the Electronic Subcontracting Reporting System (eSRS). Specific responsibilities are assigned to a program administrator within the contracting organization, who is tasked with overseeing the subcontracting program’s execution and compliance. Overall, this plan facilitates federal commitments to support small businesses in government contracting, ensuring that they have access to opportunities in line with regulatory requirements.
The Memorandum of Understanding between the Pacific Maritime Association (PMA) and the International Longshore and Warehouse Union (ILWU) establishes terms for a new Collective Bargaining Agreement effective July 1, 2022. Key components include incremental wage increases for various job classifications of longshoremen and clerks over multiple years, improvements in pension benefits for active and retired workers, and the maintenance of welfare benefits. Specifically, hourly wages rise across skill levels from $46.23 to $60.85 by July 3, 2027. Pension benefits will also increase, enhancing monthly retirement payouts per qualifying year of service for retirees. Important welfare provisions include guaranteed medical benefits and support services and the establishment of a 24-hour hotline addressing mental and behavioral health. Other stipulations cover jurisdiction, training, holiday recognitions (including Juneteenth), and grievance procedures. Ultimately, the agreement aims to secure long-term financial stability and welfare provisions for union members while enhancing workplace conditions. This MOU reflects the ongoing commitment to support labor relations in the maritime industry and addresses substantial issues involving workforce training and employee benefits, with a termination date set for July 1, 2028.
Apr 8, 2025, 5:05 PM UTC
The Women-Owned Small Business (WOSB) solicitation details the procurement of Stevedoring and Related Terminal Services (S&RTS) for the Pacific Northwest region, valued at $47 million, with an ordering period from August 1, 2025, to July 31, 2030. The solicitation allows for minimum orders of $2,500 in the first year to ensure engagement. The contractor is expected to comply with numerous federal regulations, including clauses related to labor laws and small business considerations. Acceptance and inspection of services will occur at designated military facilities, specifically Joint Base Lewis-McChord, ensuring quality and alignment with Army standards. The contract prioritizes the use of small businesses and includes provisions indicating potential extensions beyond the initial performance period. The summarized document serves to formalize the acquisition process, underscoring the U.S. government's commitment to supporting women-owned businesses and maintaining stringent regulatory compliance throughout the contract duration.
Apr 8, 2025, 5:05 PM UTC
The document is an amendment to a solicitation, extending the due date for offers and clarifying the acknowledgment process. Released by USTRANSCOM, it outlines responsibilities for bidders to confirm receipt of the amendment to avoid rejection of their offers. Key updates include modifications to the schedule of rates, specifically adding a Summary Tab. The response due date has been postponed from April 21, 2025, to May 5, 2025. The document retains all other terms and conditions intact. It emphasizes the importance of communicating any changes to existing offers before the new deadline and provides contact information for the Point of Contact, Melissa S. Romagno, for further inquiries. Overall, the purpose of this amendment is to ensure clear communication and compliance with procedural adjustments in government procurement processes, particularly in relation to federal contracting operations.
Mar 19, 2025, 7:06 PM UTC
The United States Transportation Command (USTRANSCOM) is planning to release a Request for Proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) at Pacific Northwest (PNW) ports. The anticipated contract is an Indefinite Delivery, Indefinite Quantity (IDIQ) arrangement with a five-year ordering period from August 1, 2025, to July 31, 2030, awarded to the most advantageous proposal based on price and technical factors. The procurement will follow FAR Part 15 for Contracting by Negotiation and FAR Part 12 for Acquisition of Commercial Items, with proposals evaluated on a Lowest Price Technically Acceptable (LPTA) basis. The RFP is expected to be accessible on SAM.gov around March 21, 2025, and no physical copies will be distributed. Points of contact for more information are provided, specifically two contract specialists who can address inquiries related to the proposal process and requirements. This announcement is significant for the marine cargo handling sector, indicating federal investment in transportation and logistics services in the region.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
NOCAL S&RTS
Buyer not available
The U.S. Transportation Command (USTRANSCOM) is preparing to issue a Request for Proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) at Northern California ports, specifically at the Military Ocean Terminal (MOTCO) and the Port of Oakland. This procurement will involve a single fixed-rate Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a performance period spanning five years, from August 7, 2025, to August 6, 2030, aimed at enhancing support for military operations through efficient port services. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, and the RFP is expected to be posted on SAM.gov around March 28, 2025. Interested parties can reach out to Casey D. Schuette at casey.d.schuette.civ@mail.mil or Douglas Otten at douglas.d.otten.civ@mail.mil for further information.
S&RTS Mid-Atlantic Ports
Buyer not available
The United States Transportation Command (USTRANSCOM) is preparing to issue a Request for Proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) at Mid-Atlantic ports, specifically in Charleston (SC), Savannah (GA), Wilmington (NC), and Morehead City (NC). This procurement will involve a single fixed-rate Indefinite Delivery, Indefinite Quantity (IDIQ) contract, effective from September 1, 2025, to August 31, 2030, with a potential six-month extension, and will be awarded based on the Lowest Price Technically Acceptable (LPTA) method. The services are crucial for efficient cargo handling and transportation operations at these strategic ports, ensuring the timely movement of goods. Interested parties should note that the RFP is expected to be available on SAM.gov in early 2025, and they are encouraged to contact Lucy Wells or Nashae J. Perez for further information.
S&RTS Kingdom of Saudi Arabia
Buyer not available
The U.S. Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) in the Kingdom of Saudi Arabia, with a focus on managing U.S. military cargo at designated seaports and airports. The contractor will be responsible for the safe and timely loading, unloading, and transportation management of Defense Transportation System (DTS) sponsored and non-sponsored cargo, adhering to strict safety and operational protocols as outlined in the Performance Work Statement (PWS). This contract, identified by solicitation number HTC71125RR008, is set to commence on August 1, 2025, and run through July 31, 2030, with a minimum order value of $2,500 and a maximum contract value calculated at 40% above total awards. Interested parties must submit their proposals by April 30, 2025, and can direct inquiries to Lucy Wells at lucy.h.wells.civ@mail.mil or Captain Jonathan Schnicker at jonathan.l.schnicker.mil@mail.mil.
S&RTS-Australia
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 Australia, including the Port of Darwin and several others in Queensland. The contract aims to support the import and export of military cargo under the U.S. Defense Transportation System, with a focus on compliance with safety and security regulations as outlined in the Performance Work Statement (PWS). This opportunity is crucial for ensuring efficient logistics operations for U.S. military activities in the region, with a contract period from August 1, 2025, to July 31, 2030, and a minimum order value of $2,500 for the first year. Interested contractors can reach out to Otto D. Roberts or Cassandra A. Range via email for further inquiries, and must adhere to the submission guidelines detailed in the solicitation documents.
RT240 Rough Terrain Container Handler (RTCH) Spare Components
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is seeking sources for the procurement of 36 spare components for the RT240 Rough Terrain Container Handler (RTCH), which is vital for transloading intermodal freight in various military operations. The procurement includes essential parts such as axle assemblies, a mechanical transmission, hydraulic motors, and various electronic components, all aimed at maintaining the operational readiness of the Army's RTCH fleet. This initiative underscores the importance of ensuring the availability of critical replacement parts to enhance logistic capabilities. Interested suppliers are encouraged to respond to this sources sought notice by the close of business on April 23, 2025, and can contact John P. Moses at john.moses@dla.mil or by phone at 586-467-1212 for further information.
Sandblast Grit Removal Service (TRF Bangor)
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is soliciting proposals for a contract to provide sandblast grit removal services at the Trident Refit Facility Bangor in Bremerton, Washington. The contractor will be responsible for the removal of approximately 1.24 million pounds of spent garnet sandblast grit from a designated laydown area, adhering to environmental standards and maintaining detailed records of the removal process. This opportunity is a total small business set-aside, with a Firm Fixed Price contract expected to be awarded for the performance period from May 19, 2025, to July 18, 2025. Interested vendors must submit their proposals by April 14, 2025, and direct any questions to Rolf Jacobson or Angela Charpia via the provided email addresses.
UCT-1 STORAGE EQUIPMENT RELOCATION
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors for a Firm Fixed Price contract to relocate storage equipment for Underwater Construction Team ONE (UCT-1) from Virginia Beach, VA to Gulfport, MS. This procurement is a total small business set-aside, emphasizing the need for services in the General Freight Trucking industry, specifically under NAICS code 484121. The solicitation is expected to be available around April 11, 2025, and interested contractors must ensure they are registered in the System for Award Management (SAM) database prior to award. For inquiries, potential bidders can contact Sherell Brown at sherell.g.brown.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
V--DPM-HOUSEHOLD GOODS
Buyer not available
Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR PUGET SOUND for transportation, travel, and relocation services. The procurement is for Direct Procurement Method (DPM) Household Goods (HHG) Area 2, Packing, Crating, Storage, and Movement Services. The contract area of performance is in King and Snohomish counties in Washington State. This includes inbound, outbound, intra-area, and inter-city shipments. The anticipated start date is October 1, 2018. The RFQ will be issued on or about July 18, 2018, with offers due on or about August 18, 2018. The procurement will be awarded using commercial procedures in accordance with FAR Parts 12 and 13.5. Prospective offerors should download the solicitation from the NECO website and monitor for any amendments. Electronic submission of quotes to NECO is not available at this time. All questions should be submitted via email to the Contract Specialist, Vonda Winter. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or Faxed.
MAINTENANCE DREDGING AT USCG SECTOR COLUMBIA RIVER [FORMERLY MARINE SECURITY UNIT (MSU)] PORTLAND, OR
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for maintenance dredging at the Sector Columbia River in Portland, Oregon, under Invitation for Bid (IFB) No. 70Z08825B0000088. The project entails the removal of up to 600 cubic yards of sediment to achieve a design depth of -10.0 feet Mean Lower Low Water (MLLW), with an over-depth allowance to -12 feet, and includes hydrographic surveys, disposal of dredged materials, and compliance with environmental regulations. This maintenance work is crucial for ensuring navigable waterways for U.S. Coast Guard operations and is scheduled to be completed between July 1, 2025, and October 31, 2025, with an estimated contract value between $500,000 and $1,000,000. Interested bidders must submit their proposals electronically via the DoD SAFE platform by April 18, 2025, and can direct inquiries to Vincent Yee at Vincent.Yee@uscg.mil.
Point Mugu Passenger Air Transportation Services (PMPATS)
Buyer not available
The United States Transportation Command (USTRANSCOM) is preparing to issue a solicitation for passenger air transportation services between Point Mugu, California, and San Nicholas Island, California, as well as China Lake, California. The contract will facilitate military and government civilian passenger movement five days a week, with the potential for additional flights as needed, and will be awarded as a Firm-Fixed Price contract primarily set aside for small businesses. The base period of performance is expected to commence on October 1, 2025, and run through September 30, 2026, with four optional extensions available until September 30, 2030. Interested parties can expect the Request for Proposal (RFP) to be available on SAM.gov around April 23, 2025, and should direct inquiries to MSgt Shawn Creedon at shawn.m.creedon.mil@mail.mil or Thomas M. Fee III at thomas.m.fee2.civ@mail.mil.