S&RTS, Pacific Northwest (PNW)
ID: HTC71125RE120Type: Presolicitation
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 seeking proposals for Stevedoring and Related Terminal Services (S&RTS) at key ports in the Pacific Northwest, including Tacoma, Everett, Olympia, Grays Harbor, and Portland. The contract aims to facilitate the efficient handling of Defense Transportation System (DTS) cargo, ensuring compliance with safety and operational standards while providing 24/7 service availability. This procurement is critical for managing U.S. military cargo operations and maintaining effective logistics in support of defense initiatives. Interested contractors should note that the proposal submission deadline has been extended to May 20, 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
    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.
    The document outlines the performance work statement (PWS) for stevedoring and related terminal services (S&RTS) at various military and commercial ports in the Pacific Northwest, specifically targeting the ports of Tacoma, Olympia, Grays Harbor, Everett, and Portland. It begins with a background on the Military Surface Deployment and Distribution Command's responsibilities and the scope of services required, which include handling military cargo, vessel operations, and cargo management operations 24/7. The contract emphasizes compliance with general security and safety requirements, including rigorous employee screening, the provision of personal protective equipment (PPE), and the development of a comprehensive safety program. It stresses the necessity for contractors to adhere to established schedules for ordering and canceling services, ensuring accountability for additional costs, and the proper training and certification of all personnel involved in operations. Contract management requirements include maintaining communication with contracting officers and submitting documentation for performance evaluation and cost reimbursement. The PWS serves as a detailed guide to ensure operational efficiency, safety, and compliance with military standards in cargo operations, highlighting the importance of these services for U.S. military readiness.
    The Performance Work Statement (PWS) outlines the requirements for Stevedoring and Related Terminal Services (S&RTS) at strategic ports in the Pacific Northwest, specifically Tacoma, Olympia, Grays Harbor, Everett, and Portland. These services are critical for managing U.S. military cargo, including containers and vehicles, leveraging multiple terminals efficiently and safely. Key areas covered include general security and safety requirements, contractor responsibilities, and specific operational protocols. The contractor must ensure compliance with stringent security screenings for all personnel, implement a robust safety program, and provide necessary equipment and skilled labor. The PWS emphasizes continuous operations, with provisions for 24/7 service availability. Contract administration details the procedures for ordering and canceling services, reporting requirements for contract performance, and guidelines for compensation based on pre-established commodity rates. The document underscores the government's focus on efficiency, accountability, and compliance with military and labor regulations. Compliance with privacy, safety, and operational standards is prioritized to ensure the integrity of military operations. This PWS serves as a foundational document for contractors bidding on related federal requests for proposals (RFPs), emphasizing the government's commitment to effective cargo management while ensuring safety and security in military operations.
    This document outlines the operational structure and financial projections for stevedoring and related terminal services across various ports in the Pacific Northwest (PNW), specifically Tacoma, Everett, Olympia, Grays Harbor, and Portland. It specifies working hours for various shifts, detailing both regular and overtime pay structures, as well as units of measure for cargo handling and operations. Over a five-year period, each port anticipates a consistent project cost of $42,000 annually, leading to a total estimated value of $924,000 for all ports combined, with an additional ceiling amount estimated at $231,000, reflecting a potential six-month extension. The document emphasizes the services provided, including loading and discharging various cargo types using different methods, underlining the need for flexible operational hours that may adjust according to mission requirements. Equipment rental specifics and labor classifications are detailed, ensuring compliance with operational standards. This proposal supports the federal government's objectives for efficient port operations and illustrates the planned financial management and resource allocation essential for sustained operations within these strategic coastal hubs.
    The document outlines the operational specifications and cost estimates for stevedoring and terminal services at various ports, including Tacoma, Everett, Olympia, Grays Harbor, and Portland. Working hours for each shift are detailed, indicating flexibility based on operational needs. The pricing structure is presented for a five-year duration with an option for a six-month extension, amounting to $924,000 combined for all port locations, with specific annual payments of $42,000 per port. The cost breakdown also includes potential overtime, extra labor, equipment rentals, and facility expenses. Operational details illustrate the loading and unloading processes for various commodities, emphasizing the requirements for cranes and other machinery per shipment type. This document serves as a request for proposals (RFP), inviting bids for port services while ensuring compliance with federal standards and facilitating cost-effective arrangements in logistical operations. Overall, it illustrates the government's commitment to maintaining efficient maritime capabilities through transparent pricing and structured operations for contracted services.
    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.
    The government document outlines the working hours, units of measurement, and estimated costs associated with stevedoring and terminal services at various ports, including the Port of Tacoma, Everett, Olympia, Grays Harbor, and Portland. Operating shifts are defined, with regular hours stated from 8:00 AM to 5:00 PM and night shifts from 6:00 PM to 2:30 AM. The document provides comprehensive details on various commodities to be loaded and discharged, alongside equipment usage and personnel requirements, highlighting costs averaging $42,000 per year for each port. The estimated total value for the five-year service period, including an extension, is projected at $1,155,000 across all ports, with a 25% ceiling amounting to $288,750. This information aids in establishing financial expectations for potential contractors responding to the Request for Proposals (RFP) or grants pertinent to these operations. The clear structure assists stakeholders in understanding labor demands, economic implications, and operational needs, while noting that hours and costs are subject to change based on circumstances. Thus, the document acts as a critical resource for proposal submissions tied to federal or state grants and RFPs related to port services.
    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.
    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.
    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.
    The document outlines the Q&A log for the solicitation HTC71125RE120 regarding services at Pacific Northwest ports, where vendors had numerous inquiries about the Performance Work Statement (PWS) and Schedule of Rates (SOR). Key issues addressed include discrepancies in port licensing, the handling of explosive materials, rate structures for port services, and responsibilities of the contractors in various operational scenarios. Amendments were made in response to vendor concerns regarding inconsistencies in the PWS, such as incorrect references to Mississippi ports. Notably, the government clarified that no explosive-related operations are permitted at the PNW ports due to zero Net Explosive Weight capacity, and it emphasized that vendors should factor in port tariff costs into their proposed commodity rates. The document serves as a critical reference for contractors, ensuring their compliance and understanding of operational requirements in the contracting process.
    The document is a solicitation Q&A log related to the Pacific Northwest (PNW) Stevedoring and Related Terminal Services (S&RTS). It details vendor inquiries regarding specifications and regulations for a government contract for services related to port operations. Key issues include discrepancies in licensing requirements, port tariffs, and union agreements. Notably, the government provided clarifications on service responsibilities, operating hours, and documentation is due upon contract award. Several amendments were made to update the Performance Work Statement (PWS) and Schedule of Rates (SOR) in response to vendor feedback, particularly regarding commodity definitions and tariff rates. The government emphasizes that all stevedoring operations must adhere to jurisdictional regulations controlled by Port Authorities, confirming their operational authority over terminal services. The responses aim to ensure compliance and clarity, addressing concerns about contract rates and conditions while maintaining a focus on vendor accountability for costs associated with port operations. This Q&A session ultimately serves to refine and finalize the solicitation guidelines, reflecting a commitment to clear communication and effective contract management in alignment with federal bidding processes.
    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.
    The document serves as an amendment to an existing solicitation, specifically focusing on revisions made to an earlier issued request for proposals (RFP). It outlines the acknowledgment process for offerors regarding this amendment and stipulates that the deadline for submissions has been extended to May 20, 2025. Key updates include a revised Performance Work Statement, a Schedule of Rates, and responses to vendor inquiries. The stated purpose is to inform potential contractors of significant changes and to ensure compliance with documentation requirements, including the acknowledgment of receipt of the amendment. The overall terms and conditions of the original solicitation remain unchanged, emphasizing the importance of these updates for the contracting process. The point of contact for this amendment is Melissa Romagno, who can be reached via email.
    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.
    This document serves as an amendment to a federal solicitation, extending the deadline for offers from May 5, 2025, to May 12, 2025. It outlines the procedures for acknowledging receipt of the amendment, emphasizing that failure to do so may result in offer rejection. Key changes in this amendment include updates to the Performance Work Statement, the Schedule of Rates, and responses to vendor inquiries. The original terms and conditions of the solicitation remain unchanged except for these specified modifications. Melissa S. Romagno is designated as the point of contact for this amendment. The document contains essential details such as the modification number, effective date, and contracting officer information, ensuring clarity for stakeholders involved in the solicitation process.
    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
    Presolicitation
    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.
    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.
    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.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project aims to dredge the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This dredging is critical for ensuring safe navigation in an area known for significant hazards due to shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work expected to commence in summer 2026. For further details, including submission instructions, please contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    USTRANSCOM SMALL BUSINESS
    Dept Of Defense
    The U.S. Transportation Command (USTRANSCOM), part of the Department of Defense, has issued a special notice regarding upcoming small business opportunities. Interested parties are encouraged to visit USTRANSCOM’s website to review the Procurement Forecast dated September 17, 2025, which outlines anticipated procurement needs for the Transportation Division for fiscal years 2026 and 2027. This forecast is crucial for small businesses looking to engage in contracts that support USTRANSCOM's mission in transportation logistics. For further inquiries, interested vendors can contact USTRANSCOM's Small Business office via email at USTRANSCOM.SMALLBUSINESS@MAIL.MIL.
    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.
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.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.
    John Day Transportation and Site Access
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    FY26 Willapa Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Seattle District, is preparing to solicit bids for the FY26 Willapa Harbor Maintenance Dredging project in Washington. This project involves the mechanical dredging of approximately 180,000 cubic yards of sediment from three federal navigation features in Willapa Bay, with work expected to commence in July 2026 and conclude by February 15, 2027. The dredged material will be disposed of at designated open-water locations, and contractors should be aware of the challenging marine conditions and potential risks associated with the project. Interested parties can reach out to Geraldine L. Kemp or Kimberly M. Robinson for further inquiries, and the estimated contract value ranges between $5 million and $10 million. Contractors must be registered in the System for Award Management (SAM) prior to contract award.