Disaster Overseas Transportation Support (DOTS) - AS/GU/CNMI
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Department of Homeland Security (DHS), specifically the Federal Emergency Management Agency (FEMA), is soliciting proposals for Disaster Overseas Transportation Support (DOTS) for American Samoa (AS), Guam (GU), and the Commonwealth of the Northern Mariana Islands (CNMI). This UNRESTRICTED opportunity seeks to establish multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for comprehensive multimodal transportation and shipping services to support disaster response and recovery efforts. Questions are due April 24, 2026, Phase I responses by May 15, 2026, and Phase II responses by June 5, 2026.
Scope of Work
The requirement is for all-inclusive, multimodal transportation and shipping services from Continental United States (CONUS) and Outside Continental United States (OCONUS) to AS, Guam, and CNMI, including inter-island transport. Services encompass containerized and breakbulk cargo movement, drayage, cross-docking, surface line haul, staging yards, storage, and continuous sailing. The contractor must support both initial response resources (IRR) pre-positioning and retrograde of commodities, operating 24/7 and being fully functional within 48 hours of task order award. Specific transportation needs will be defined by task orders, with the capability to handle approximately 4,000 containers monthly.
Contract Details
- Contract Type: Multiple Indefinite Delivery – Indefinite Quantity (IDIQ) contracts with Firm-Fixed-Price (FFP) Contract Line Item Numbers (CLINs).
- Period of Performance: A one-year base period (August 2, 2026 – August 1, 2027) and two one-year option periods, extending through August 1, 2029.
- Minimum Contract Value: $3,000.00 per contract (base and option periods combined), unless more than two contracts are awarded.
- Set-Aside: UNRESTRICTED.
- NAICS Code: 483111 (Deep Sea Freight Transportation).
- Place of Performance: CONUS/OCONUS ports to American Samoa, Guam, and CNMI, including specific locations like FEMA Distribution Center (Guam), Saipan, Port of Saipan, Port of Tinian, Port of Rotan, and Port of Pago Pago.
Submission & Evaluation
Proposals will undergo a two-phase submission process. Phase I responses are due by May 15, 2026, and Phase II responses by June 5, 2026. Questions regarding the solicitation must be submitted by April 24, 2026. Evaluation factors include: Demonstrated Experience, Technical Capability & Management Approach, Assurance Plans, Past Performance, Price, and Subcontracting Plan (for Large Businesses). Non-price factors are weighted equally and are significantly more important than price. Offerors must use the provided Attachment II – Pricing Template, and past performance references must complete Attachment III – Past Performance Questionnaire.
Special Requirements & Notes
Contractors must comply with Cargo Preference Laws (Merchant Marine Act of 1936), provide various insurances (cargo, port, liability, pollution, environmental), and adhere to safety, environmental, labor, and health regulations. Personnel may require background investigations and mandatory security/privacy training. Compliance with Section 508 and 504 of the Rehabilitation Act is also required. The Quality Assurance Surveillance Plan (QASP) details how performance will be monitored, emphasizing Key Performance Parameters (KPPs) and a minimum Acceptable Quality Level (AQL) of "Complete Compliance." Wage determinations for American Samoa, Hawaii, and Johnston Island are provided in Attachment V.