Indonesia S&RTS
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 U.S. Transportation Command (USTRANSCOM) is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) in Indonesia. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a Firm Fixed Price (FFP) structure will support the import and export of Defense Transportation System (DTS) sponsored cargo across multiple Indonesian ports. Proposals are due March 12, 2026.
Scope of Work
The contractor will provide comprehensive S&RTS, including stevedoring, longshoring, vessel load/discharge, truck/rail reception, cargo management, staging, storage, intra-port transfers, vessel preparation, documentation, tallying, and handling of dunnage and tiedown materials. Services cover all classes of supply, military vehicles, Arms, Ammunition, and Explosives (AA&E), hazardous materials, and sensitive cargo, operating 24 hours a day, seven days a week, 365 days a year. Performance locations include Banyuwangi, Tanjung Priok (Jakarta), Surabaya, Panjang, and Semarang Perak.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed Price (FFP)
- Set-Aside: UNRESTRICTED
- NAICS: 488320 (Marine Cargo Handling), Size Standard: $47,000,000
- Period of Performance: Five-year ordering period from July 1, 2026, to June 30, 2031, with an optional six-month extension from July 1, 2031, to December 31, 2031.
- Minimum Guarantee: $2,500 for the first 12 months (July 1, 2026, to June 30, 2027).
- Estimated Value: The Schedule of Rates (Attachment 2) indicates a total estimated value of $231,000.00 over 5 years plus the 6-month extension.
Submission & Evaluation
- Proposal Due Date: March 12, 2026, 12:00 PM Central Time (CT). This date was extended from February 26, 2026, to ensure maximum competition.
- Submission Method: Email proposals in Adobe PDF format (technical) and Microsoft Excel (.xlsx) (price) to the listed points of contact. Hard copies or faxes are not accepted.
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors:
- Technical Proposal (Acceptable/Unacceptable): Based on Attachments 3 (Contractor Plan for Continuation of Essential Contractor Services) and 5 (Technical Worksheet). An "unacceptable" rating on any part of these attachments will result in an overall "unacceptable" technical rating.
- Price Proposal (Fair and Reasonable/Not Fair and Reasonable): Based on Attachment 2 (Schedule of Rates).
- Required Registrations: Offerors must be registered in the System for Award Management (SAM).
Key Requirements & Attachments
Offerors must submit a comprehensive proposal addressing the Performance Work Statement (PWS) (Attachment 1). Critical submissions include:
- Attachment 2 - Schedule of Rates (SOR): Detailed pricing for services.
- Attachment 3 - Contractor Plan for Continuation of Essential Contractor Services: A plan (max 5 pages) detailing how essential services will be maintained during crisis situations, as per DFARS 252.237-7024.
- Attachment 4 - RFP Information and General Compliance Worksheet: Company information and compliance confirmations.
- Attachment 5 - Technical Worksheet: Demonstrating technical capability in areas like labor, equipment, safety, and HAZMAT certifications.
Points of Contact
- Primary: Casey D. Schuette (casey.d.schuette.civ@mail.mil)
- Secondary: Laura Tebbe (laura.b.tebbe.civ@mail.mil)