Bremerhaven T&C

SOL #: HTC71126QE118Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Us Transportation Command (Ustranscom)
USTRANSCOM-AQ
SCOTT AFB, IL, 62225-5357, United States

Place of Performance

Bremerhaven, Germany

NAICS

Marine Cargo Handling (488320)

PSC

Stevedoring (V114)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 10, 2026
2
Last Updated
Mar 5, 2026
3
Submission Deadline
Mar 16, 2026, 11:00 AM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The US Transportation Command (USTRANSCOM) Acquisition (AQ) office is soliciting proposals for Tallying and Checking (T&C) services supporting Stevedoring and Related Terminal Services (S&RTS) at the Port of Bremerhaven, Germany. This is an Unrestricted Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Proposals are due March 16, 2026, at 06:00 AM Central Time (CT).

Purpose & Scope of Work

This solicitation aims to secure comprehensive T&C services for U.S. Army Transportation Command (ARTRANS) cargo, encompassing both import and export operations, at the Port of Bremerhaven. The objective is to ensure accurate accountability, movement, and documentation of U.S. Military cargo, including containers, vehicles, breakbulk, and aircraft. Services are required 24 hours a day, seven days a week, 365 days a year. Key tasks include vessel loading/discharging, port reception/disposition, cargo staging, intra-port transfers, stuffing/unstuffing, cargo preparation, and providing information to German Customs via the Bremische Hafentelematik (BHT) system.

Contract Details

  • Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ) with a fixed-rate schedule.
  • Period of Performance: A 5-year base period from September 1, 2026, through August 31, 2031, with a 6-month option to extend services until February 29, 2032.
  • Minimum Order: $2,500.00 for the first twelve months of performance.
  • Maximum Ceiling: The total contract award amount plus a 25% increase, with an estimated total value up to $412,500.00.
  • Set-Aside: Unrestricted.
  • NAICS Code: 488320 (Marine Cargo Handling), with a size standard of $47,000,000.00.
  • Acquisition Method: Conducted under FAR Part 13.5 (Simplified Procedures for Certain Commercial Products and Commercial Services) and FAR Part 12 (Acquisition of Commercial Items).

Submission & Evaluation

  • Offer Due Date: March 16, 2026, 06:00 AM Central Time (CT).
  • Submission Instructions: Quotes must be submitted via email and adhere to specific formatting and page limit requirements detailed in the solicitation.
  • Evaluation Criteria: Proposals will be evaluated based on a Technical Submission (using Attachments 3 and 5) rated as Acceptable/Unacceptable, and a Price Quote/Schedule of Rates (Attachment 2) rated as Fair and Reasonable/Not Fair and Reasonable.
  • Award Basis: Award will be made to the responsible Quoter whose quote is most advantageous to the Government, with a primary focus on the lowest evaluated price among offers with an "Acceptable" Technical Submission. Non-compliance with RFQ factors may lead to quote elimination.

Key Submission Requirements

Bidders must complete and submit several attachments:

  • Attachment 1 (Performance Work Statement): Outlines detailed service requirements.
  • Attachment 2 (Schedule of Rates): Provides pricing definitions and rate schedules.
  • Attachment 3 (Mission Essential Plan): A plan for continuing essential services during a crisis, required by DFARS 252.237-7024. Failure to complete may result in ineligibility.
  • Attachment 4 (RFQ Information and General Compliance Worksheet): For company information, compliance statements, and submission confirmations.
  • Attachment 5 (Technical Worksheet): Details the bidder's technical approach to meeting PWS requirements, limited to 20 pages. Failure to complete may result in ineligibility.

Special Requirements

The contract includes requirements for personnel security screening, compliance with Host Nation and Army safety regulations, various reporting obligations, foreign entity vetting, and cyber security compliance (DFARS 252-204-7012). A Contract Manager fluent in both English and German is required.

People

Points of Contact

Cassandra A. RangeSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Mar 5, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 5, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 12, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 10, 2026