DRY CARGO TUGCON
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 the Navy's Military Sealift Command (MSC) is conducting market research through a Sources Sought Notice (N32205-SS-PM4-26-012) to identify qualified U.S. flag, ocean-going certified tugs. The purpose is to gather information on price and availability for towing the YRBM-32 berthing barge from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA. Responses are due by November 18, 2025.
Scope of Work
This requirement involves the transport of the YRBM-32 berthing barge, which has a displacement of 688 MT, a length of 146' 9 5/8", a beam of 46' 9 3/8", and a maximum draft of 7' 3". The voyage is scheduled to occur between January 5, 2026, and January 23, 2026, with four days of laytime. Laydays commence December 29, 2025, and cancel January 5, 2026.
Tug requirements include being built in 1970 or later, possessing sufficient bollard pull for a minimum tow speed of six (6) knots (five (5) knots in Sea State 5), and having internet and satellite phone capability. The contractor must provide the tow bridle, hardware, emergency tow lines, flooding alarms, navigation lights, and day shapes. A comprehensive towing package is required for review and approval prior to commencement, including Appendix H from the U.S. Navy Towing Manual, steady state tow line tension calculations, speed of advance, weather conditions, tow configuration sketch, documentation of pedigree/testing, tug specifications, and route planning with ports of refuge. Contractors must also obtain the services of an Independent Marine Surveyor (IMS) for technical evaluation and oversight.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI) for market research only. This is not a solicitation, and the government is not committed to paying any costs incurred.
- Period of Performance: January 5, 2026 - January 23, 2026
- Response Due: 1100 hours Eastern Time, Tuesday, November 18, 2025
- Published: November 12, 2025
Eligibility & Submission
The small business size standard for NAICS 483111 (Marine Charter For Things / Water Transportation Services) is 1,050 employees. Businesses should indicate if they are a small business concern. Interested parties are requested to provide specific information via email, including:
- Tug characteristics
- Owner warranty of ocean-certification
- Lump-sum pricing
- Transit plan
- Company information
- Business size
Additional Notes
A pre-tow conference will be held at Joint Base Pearl Harbor-Hickam, HI. Compliance with the U.S. Navy Towing Manual (SL740-AA-MAN-10) is required.